Full Prospectus Fortune Branch Timber Sale

PROSPECTUS
***SBA SET-ASIDE SALE
GLENDALE RESOURCE AREA
JOSEPHINE MASTER UNIT
#1.
Medford Sale # OR 110-TS 10-16
June 24, 2010 (SQF)
FORTUNE BRANCH, (5810 HD) Douglas County, O&C
BID DEPOSIT REQUIRED: $2,100.00
All timber designated for cutting in E½SW¼, W½SE¼ Section 17, T.32 S., R.5 W., Willamette
Meridian.
Approx.
Number
Merch.
Trees
Est.
Volume
MBF 32'
Log
Est.
Volume
CCF
Species
1,679
94
208 Douglas-fir
454
72
155 White fir
252
9
55
3
2,440
178
25 Incense-cedar
8 Ponderosa pine
396
Totals
Est.
Volume
MBF 16’
Log
Appr.
Price Per
MBF*
Est. Volume
Times
Appraised
Price
114
$108.40
$12,357.60
85
$72.20
$6,137.00
11
$192.60
$2,118.60
4
**$23.00
$92.00
214
$20,705.20
*Stumpage values have been determined by market value estimates and analytical appraisal
methods were used to compute the appraised price. Additional information concerning the
appraised price is available at the Medford Interagency Office.
**Minimum stumpage values were used to compute the appraised price (10% of pond value).
***This is an SBA Set-Aside timber sale. Bidding is limited to small business concerns as defined
by the Small Business Act, §3, 72 Stat. 384, 15 U.S. Code 632, and the regulations of the Small
Business Administration, Title 13, Code of Federal Regulations, Part 121, as amended.
TIMBER AUCTION LOCATION – The timber auction will be held at the Grants Pass Inter­
agency Office, located at 2164 NE Spalding Ave., Grants Pass, Oregon at 9 a.m. on
th
Thursday, June 24 , 2010.
Bidders will be restricted to bidding on a unit (MBF) rate of the Douglas-fir volume. All other
species will be sold at appraised price per unit (MBF). The minimum bid increment will be $0.10
per MBF.
CRUISE INFORMATION – All species have been cruised using the 3-P sampling method to
sample trees.
The sample trees have been measured, utilizing the VOLT system of measurement, and the
volume expanded to a total sale volume.
The volume of all species in the Progeny Site and the Roadside Trees have been derived from
individual tree measurements taken during a 100% cruise using form class tables for estimating
board foot volume of trees in 16-foot logs. Approximately 0 trees which are considered to be
nonmerchantable are designated for cutting. Approximately 0% of the sale volume is salvage
material. With respect to merchantable trees of all conifer species: the average tree is 11.2
inches DBHOB; the average gross merchantable log contains 40 bd. ft.; the total gross volume is
approximately 230 M bd. ft; and 93% recovery is expected. (Average DF is 10.3 inches DBHOB;
average gross merchantable log DF contains 37 bd. ft.)
LOG EXPORT AND SUBSTITUTION RESTRICTIONS - All timber sold to the Purchaser under
the terms of the contract, except exempted species, is restricted from export from the United
States in the form of unprocessed timber and is prohibited from use as a substitute for exported
private timber.
The BLM has revised the log export restrictions special provision to reduce the log branding and
painting requirements. The new requirements include branding of one end of all logs with a
scaling diameter of over 10 inches. All loads of 11 logs or more, regardless of the diameter of the
logs, will have a minimum of 10 logs branded on one end. All logs will be branded on loads of 10
logs or less. One end of all branded logs will be marked with yellow paint. At the discretion of the
Contracting Officer, the Purchaser may be required to brand and paint all logs. The Purchaser
shall bear any increased costs for log branding and painting.
CUTTING AREA – Two (2) units containing 29 acres of commercial thinning and commercial
density management, and roadside trees along BLM road 32-5-17.1.
CUTTING TIME - Contract duration will be 36 months for cutting and removal of timber.
ACCESS - Access to the sale area is available via an existing BLM road.
ROAD MAINTENANCE - The Purchaser will be required to maintain 0.3 miles of existing BLM
road 32-5-17.1. BLM will maintain 1.1 miles of road 32-5-20. The Purchaser will be required to
pay a maintenance and rockwear fee total of $201.37 for the use of these roads.
SOIL DAMAGE PREVENTION - Pursuant to Section 25 of Form 5450-3, Timber Sale Contract
and Section 41subparagraph B(4) of the Special Provisions, all ground based operations are
restricted on the contract area between October 15 of one calendar year and May 15 of the
following calendar year, both days inclusive. Purchaser may request in writing, a conditional
waiver of this restriction. If soil moisture conditions are dry as determined by a soil moisture
content of less than twenty (20) percent at a depth of four (4) inches, the Contracting Officer may
approve a conditional waiver. If impacts to soil resulting from said conditional waiver are not
acceptable as determined by the Authorized Officer, the waiver will be revoked.
EQUIPMENT REQUIREMENTS – Yarding tractor will not exceed 9 feet in width, must be capable
of bull-lining 75 feet, and must be equipped with an integral arch. A tractor with a minimum 200
flywheel horsepower with mounted rippers having shanks and teeth for ripping requirements.
SLASH DISPOSAL - Slash disposal will consist of 29 acres lop and scatter, and 4 acres of
machine piling, covering, and burning of landing piles.
CONTRACT TERMINATION - A revised Special Provision has been added to the contract which
enables the Contracting Officer to suspend the contract to facilitate protection of certain plant or
animal species, and /or to modify or terminate the contract when necessary to:
1. Comply with the Endangered Species Act, or;
2. Comply with a court order, or;
3. Protect occupied marbled murrelet sites in accordance with the Standards and Guidelines of
the Medford District Record of Decision (ROD) and Resource Management Plan (RMP), or;
4. Protect species which were identified for protection through survey and manage and/or
protection buffer standards and guidelines established in the ROD and RMP.
This contract provision limits the liability of the Government to the actual costs incurred by the
Purchaser which have not been amortized by timber removed from the contract area.
PERFORMANCE BOND - A performance bond in the amount of 20% of the total purchase price
will be required.
OTHER ­
1.
No extension of time beyond the normal 30 days will be granted for completing bonding
and contract signing requirements.
2.
The metal tree id tags in the Progeny site may need to be pulled prior to cutting trees.
3.
Landing size shall not exceed one-quarter (¼) acre. No new landings shall be
constructed within one hundred ninety five (195) feet of streams, unless located within
the road prism. No expansion of existing landings within seventy five (75) feet of
streams.
4.
Purchaser shall, prior to October 15 of the same operating season, winterize and
rehabilitate landings, skidtrails, and other areas of exposed soil by properly installing
and/or using water bars, berms, sediment basins, gravel pads, hay bales, small dense
woody debris, seeding and/or mulching, to reduce sediment runoff as directed by the
Authorized Officer.
NARRATIVE DESCRIPTION OF HOW TO GET TO THE TIMBER SALE AREA – From Grants
Pass take I-5 North to Barton road, exit #83. Turn left onto Barton road. Turn right onto county
road 12 (Azalea-Glen road). Turn left onto Fortune Branch road (BLM road 32-5-20). Proceed
0.7 miles and merge left to stay on BLM road 32-5-20. Travel 0.1 miles to the Fortune Branch
sale area.
ENVIRONMENTAL ASSESSMENT - An environmental assessment (DOI-BLM-OR-M080-2009­
0005-EA) was prepared for this sale, and a Finding of No Significant Impact has been
documented. This document is available for inspection as background for this sale at the
Medford Interagency Office.
OR110-5409-11 (2008)
Seasonal Restriction Matrix
Fortune Branch T.S. OR110-TS10-16
*Restricted when Soil Moisture > 20% at a soil depth of 4 inches
** Permitted year-round unless unnacceptable damage occures to residual trees or soil.
Culvert inlet cleaning in stream channels are restricted to Oregon Department of Forestry in stream work period.
Sale Area
Activity
Falling and Bucking**
Tractor Yarding
Unit 1 &
Skidtrail Rehabilitation
Progeny
Loading and Hauling
Site
Road Maintenance,
Renovation, Construction
Jan
Feb
Mar
Apr
May
Jun
Jul
Aug
Sep
Oct
Nov
Dec
1 15 1 15 1 15 1 15 1 15 1 15 1 15 1 15 1 15 1 15 1 15 1 15
FORTUNE BRANCH
SPECIAL PROVISIONS
Section 40. TIMBER RESERVED FROM CUTTING - The following timber on the contract
area is hereby reserved from cutting and removal under the terms of this contract and is retained
as the property of Government.
(A)
AR-1 All timber on the Reserve Area(s) as shown on Exhibit A and all trees marked with
a combination of orange paint, orange flagging, and/or posters which are on or mark the
boundaries of the Reserve Area(s).
(B)
IR-1 Approximately one thousand four hundred forty (1,440) conifer trees marked with
orange paint above and below stump height in Unit 1 as shown on Exhibit A.
(C)
IR-2 All timber except approximately one thousand one hundred forty (1,140) Douglasfir trees marked for cutting heretofore by the Government, with blue paint above and
below stump height in the Progeny Site as shown on Exhibit A.
(D)
IR-3M All dead and down trees which are sixteen (16) inches or greater D.B.H.O.B. in
harvest units as shown on Exhibit A.
(E)
IR-6 All hardwood trees in harvest units as shown on Exhibit A.
(F)
IR-6 All non-hazardous snags in harvest units as shown on Exhibit A.
Page 1 of 18
Section 41
(A)
Log Exports
(1)
LE-1 All timber sold to the Purchaser under the terms of the contract, except
exempted species, is restricted from export from the United States in the form of
unprocessed timber, and is prohibited from being used as a substitute for exported
private timber. For the purpose of this contract, unprocessed timber is defined as:
(1) any logs, except those of utility grade or below, such as sawlogs, peeler logs;
and pulp logs; (2) cants or squares to be subsequently remanufactured exceeding
eight and three-quarters (8-3/4) inches in thickness; (3) split or round bolts or
other roundwood not processed to standards or specifications suitable for endproduct uses; or (4) western red cedar lumber which does not meet lumber of
American Standards Grades of Number 3 dimension or better, or Pacific Lumber
Inspection Bureau R-List Grades of Number 3 Common or better. Thus, timber
manufactured into the following will be considered processed: (1) lumber and
construction timbers regardless of size, manufactured to standards and
specifications suitable for end-product uses; (2) chips, pulp, and pulp products;
(3) green or dry veneer and plywood; (4) poles and piling cut or treated for use as
such; (5) cants, squares, and lumber cut for remanufacturing of eight and threequarters (8-3/4) inches in thickness or less; or (6) shakes and shingles.
Substitution will be determined under the definition found in 43 CFR 5400.0-5(n).
The Purchaser is required to maintain and upon request to furnish the following
information:
1.
Date of last export sale.
2.
Volume of timber contained in last export sale.
3.
Volume of timber exported in the past twelve (12) months
from the date of last export sale.
4.
Volume of Federal timber purchased in the past twelve (12)
months from the date of last export sale.
5.
Volume of timber exported in succeeding twelve (12)
months from date of last export sale.
6.
Volume of Federal timber purchased in succeeding twelve
(12) months from date of last export sale.
Page 2 of 18
(
In the event the Purchaser elects to sell any or all of the timber sold under this
contract in the form of unprocessed timber, the Purchaser shall require each party
buying, exchanging, or receiving such timber to execute a "Certificate as to
Nonsubstitution and the Domestic Processing of Timber." The original of such
certificate shall be filed with the Authorized Officer. Additionally, when the
other party is an affiliate of the Purchaser, the Purchaser will be required to
update information under item (2) of Form 5450-17 (Export Determination) and
file the form with the Authorized Officer.
In the event an affiliate of the Purchaser has exported private timber within twelve
(12) months prior to purchasing or otherwise acquiring Federal timber sold under
this contract, the Purchaser shall, upon request, obtain from the affiliate
information in the form specified by the Authorized Officer and furnish the
information to the Authorized Officer.
Prior to the termination of this contract, the Purchaser shall submit to the
Authorized Officer Form 5460-15 (Log Scale and Disposition of Timber
Removed Report), which shall be executed by the Purchaser. In addition, the
Purchaser is required under the terms of this contract to retain for a three-year
period from the date of termination of the contract the records of all sales or
transfer of logs involving timber from the sale for inspection and use of the
Bureau of Land Management.
Unless otherwise authorized in writing by the Contracting Officer, the Purchaser
shall brand clearly and legibly one end of all logs with a scaling diameter (small
end inside bark) of over ten (10) inches, prior to the removal of timber from the
contract area. All loads of eleven (11) logs or more will have a minimum of ten
(10) logs clearly and legibly branded on one end regardless of the diameter of the
logs. All logs will be branded on loads of ten (10) logs or less. One end of all
branded logs to be processed domestically will be marked with a three (3) square
inch spot of highway yellow paint. The Purchaser will stop trucks for
accountability monitoring at mutually agreed upon locations when notified by the
Authorized Officer.
If multiple trailers (mule trains) are used, each bunked load shall be considered an
individual load, and these guidelines will apply to each bunked load. If a flatbed
stake trailer is used, each bundle will be treated as a separate load.
At the discretion of the Contracting Officer, the Purchaser may be required to
brand and paint all logs. Any increased costs for log branding and painting shall
be the responsibility of the Purchaser.
Page 3 of 18
In the event of the Purchaser's noncompliance with this subsection of the contract,
the Authorized Officer may take appropriate action as set forth in Section 10 of
this contract. In addition, the Purchaser may be declared ineligible to receive
future awards of Government timber for a period of one year.
(B)
Logging
(1)
L-1 Before beginning operations on the contract area for the first time or after a
shutdown of seven (7) or more days, the Purchaser shall notify the Authorized
Officer in writing of the date they plan to begin operations. This written
notification must be received by the Authorized Officer no less than seven (7)
days prior to the date the Purchaser plans to begin or resume operations. The
Purchaser shall also notify the Authorized Officer in writing if they intend to
cease operations for any period of (7) or more days.
(2)
L-3 All trees designated for cutting shall be cut so that the resulting stumps shall
not be higher than twelve (12) inches measured from the ground on the uphill side
of the trees.
Page 4 of 18
(3)
L-7MC Yarding on the areas designated herein and shown on Exhibit A shall be
done in accordance with the yarding requirements or limitations for the
designated area.
Designated Area
TRACTOR UNITS
Unit 1, Progeny Site
Yarding Requirements or Limitations
Whole tree yarding or yarding with tops attached to the last
log is required in all tractor units.
Yarding tractor width will not be greater than nine (9) feet
track width and will be equipped with an integral arch.
Skid roads will not exceed a width of ten (10) feet on
average per unit.
Existing Skid roads will be used when possible. New skid
roads in Unit 1 will be placed at least one hundred (100)
feet apart where topography will allow. New skid roads in
the Progeny Site will be placed at least ninety (90) feet
apart where topography will allow. New skid roads must
be located on ground less than thirty-five percent (35%)
slope.
Yarding tractors will operate only on tractor skid roads
approved by the Authorized Officer.
Landing size shall not exceed one-quarter (¼) acre.
No new landing shall be constructed within one hundred
ninety five (195) feet of streams, unless located within the
road prism. No expansion of existing landings within
seventy five (75) feet of streams.
Directional falling to lead will be required.
The use of blades while tractor yarding will be limited,
equipment shall walk over as much ground litter as
possible.
Page 5 of 18
(4)
L-18 No heavy equipment operations shall be conducted in the contract area
between October 15 of one calendar year and May 15 of the following calendar
year, both days inclusive. Purchaser may request in writing, a conditional waiver
of this restriction. If soil moisture conditions are dry as determined by a soil
moisture content of less than twenty (20) percent at a depth of four (4) inches, the
Contracting Officer may approve a conditional waiver. If impacts to soil resulting
from said conditional waiver are not acceptable as determined by the Authorized
Officer, the waiver will be revoked.
(5)
L-23 Prior to the commencement of operations, the Purchaser shall obtain from
the Authorized Officer written approval of a written operations and logging plan
commensurate with the terms and conditions of the contract which shall include
measures needed to assure protection of the environment and watershed. A prework conference between the Purchaser’s authorized representative and the
Authorized Officer’s representative must be held at a location designated by the
Authorized Officer before the logging plan will be approved. All logging shall be
done in accordance with the plan developed by this provision.
(6)
L-33 In accordance with the requirements of Sec. 8 of the contract, it has been
determined that it is in the best interest of the Government and within the
provisions of 43 CFR 5402.0-6 to sell additional timber located in all harvest units
which is: obstructing needed yarding roads, hazardous to workers, severely
damaged from the normal conduct of felling or yarding operations to meet all
applicable State safety laws, codes, or regulations. This timber must be cut or
removed so that the Purchaser can continue active falling and yarding operations.
The Purchaser is, therefore, authorized to cut and remove such additional timber
in accordance with the provisions of Section 8 of the contract; provided, however,
that:
(a)
Trees reserved for the tree improvement program and trees
reserved for the wildlife habitat objectives under Sec. 40 of the
contract are not included in this authorization.
(b)
The Purchaser shall identify each tree sold and cut in accordance
with the provision by marking the cut surface of the stump
immediately after falling with a large "X". The “X” shall be cut
with a chain saw. The stump shall be marked by paint (color to be
determined at pre-work meeting) so that the stump can be visually
located from a distance of not less than one hundred (100) feet.
(c)
The volume and price for such timber shall be determined by the
Authorized Officer in accordance with Bureau of Land
Management prescribed procedures and paid for by the Purchaser
Page 6 of 18
in accordance with Sec. 3(b) or 3(d) of the contract as required by
Sec. 8 of the contract.
(d)
No timber may be cut or removed under the terms of this provision
if all contract payments required by Sec. 3(b) or 3(d) of the
contract have been made.
(e)
The permission to cut and remove additional timber contained in
this provision may be withdrawn by the Contracting Officer if the
Authorized Officer determines that the Purchaser:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Failed to properly mark any stump with the “X” cut.
Failed to identify the location of any stump.
Cut any tree that was reserved for tree improvement and/or
wildlife habitat.
Cut any tree in or adjacent to cable yarding corridors that
was not necessary to facilitate cable yarding.
Cut any reserve tree in or adjacent to tractor skid roads that
was not necessary to facilitate ground based yarding.
Failed to properly segregate any pulled over tree that was
yarded to the landing.
Cut any reserve tree that was not severely (as defined
during the pre-work conference and documented in the
approved logging plan) damaged from felling and yarding
operations.
Cut more than the minimum number of trees necessary to
properly serve as guyline anchor stumps.
Cut or topped more than the minimum number of trees
necessary to properly serve as tailhold trees.
Cut more than the minimum number of trees necessary to
properly serve as tiebacks for topped tailhold trees.
Failed to maintain accurate and current (no more than 24
hours old) documentation of cut and removed timber.
If the permission to cut and remove additional timber provision is
withdrawn, the Authorized Officer shall deliver to the Purchaser a written
notice that additional sale of timber under this special provision is no
longer approved.
If the permission to cut and remove additional timber provision is
withdrawn, the Purchaser shall inform the Authorized Officer at least two
working days prior to the need for cutting and yarding any guyline tree,
tailhold tree, tieback tree, danger tree, corridor tree, pulled over tree, and
Page 7 of 18
severely damaged tree. All sales of additional timber shall comply with
Section 8 of the contract. The Contracting Officer may order the
Purchaser, in writing, to suspend, delay, or interrupt all or any part of the
work of this contract for the period of time that the Contracting Officer
determines appropriate for the Government to safely measure and mark
additional timber.
All ground based equipment skid roads upon which timber may be cut and
removed in accordance with this special provision must be needed for the
removal of timber sold under this contract and shall be limited to the
narrowest width necessary for the yarding of logs with minimum damage
to reserved trees.
The Purchaser shall be liable for damages in accordance with Sec. 13 of
the contract for any reserved timber cut or removed in violation of the
terms of this special provision.
(C)
Road Construction - Maintenance – Use
(1)
RC-1a The Purchaser shall improve and/or renovate all roads and other
structures in strict accordance with the plans and specifications shown on Exhibit
C, which is attached hereto and made a part hereof.
(2)
RC-1b Prior to removal of any timber, except right-of-way timber, the Purchaser
shall complete all construction, improvement, or renovation of structures and
roads as specified in Exhibit C.
(3)
RC-1d The Purchaser shall not commence work until receiving written notice to
do so from the Authorized Officer or as specified in Exhibit D. Work shall be
commenced no later than thirty (30) days after such notice, and shall be
completed within six (6) months after such notice.
(4)
RC-2 The Purchaser is authorized to use the road listed below and shown on
Exhibit C which are under the jurisdiction of the Bureau of Land Management,
for the removal of Government timber sold under the terms of this contract,
provided that the Purchaser pay the required maintenance obligations described
in Section 41 C(6). The Purchaser shall pay current Bureau of Land
Management maintenance fees for the sale of additional timber under
modification to the contract.
Page 8 of 18
Road No. and Length Miles
Segment
Used
Road Control
Road Surface Type
32-5-20 A
0.65
BLM
BST
32-5-20 B
0.45
BLM
ASC
(5)
RC-2a The Purchaser is authorized to use the roads listed below and shown on
Exhibit D which are under the jurisdiction of the Bureau of Land Management for
the removal of Government timber sold under the terms of this contract, provided
that the Purchaser comply with the conditions set forth in Section 41C(9) and pay
the required rock wear obligation described in Section 41C(8). The Purchaser
shall pay current Bureau of Land Management rock wear fees for the sale of
additional timber under modification to the contract.
Road No. and Segment
32-5-17.1
Length Miles
Used
Road Control
Road Surface
Type
0.30
BLM
PRR
(6)
RC-2c The Purchaser shall pay the Government a road maintenance obligation of
One hundred seventy one dollars and 84/100 ($171.84) for the transportation of
any timber included in the contract price over road or roads listed in Section 41
C(4). The above road maintenance amount is for use of 1.10 miles of road or
less.
(7)
RC-2f The Authorized Officer may at any time by written notice, terminate the
Purchaser’s operator road maintenance obligations and require instead payment of
current Bureau of Land Management road maintenance fees for the particular
surface type of the road(s) involved. These fees will be applied to the remaining
contract volume on the sale area to be transported over road or roads listed in
Section 41 C(5). The Purchaser shall pay the total maintenance amount for said
road(s) within thirty (30) days following receipt of written notice; provided,
however, that if the total amount exceeds five hundred and no/100 dollars
($500.00), the Purchaser may elect to make payment in installments in the same
manner as and together with payments required in Section 3 of this contract.
(8)
RC-2g The Purchaser shall also pay to the Government a road maintenance
Page 9 of 18
obligation for rockwear in the amount of twenty nine and 53/100 dollars ($29.53)
for the transportation of timber included in the contract price and for
transportation of any mineral material required under terms of the contract over
road or roads listed in Section 41 C(5). The amount of the rock wear shown
above shall be paid prior to removal of timber from the contract area; provided,
however, that if the total of such amount exceeds five hundred and no/100 dollars
($500.00), the Purchaser may elect to make the payment in installments in the
same manner as and together with payments required in Section 3 of this contract.
(9)
RC-2h The Purchaser shall perform any required road repair and maintenance
work on roads used by them, under the terms of Exhibit D, "Road Maintenance
Specifications," of this contract, which is attached hereto and made a part hereof.
(10)
RC-8 The Purchaser shall be required to secure written approval to use vehicles or
haul equipment over Government owned or controlled roads and/or structures
when that vehicle or equipment exceeds the maximum allowable weights or
dimensions established by the State for vehicles operating without a permit.
Tracked type equipment shall not be allowed to cross over concrete bridge decks,
other concrete surfaced structures or asphalt surfaced roads without the proper
protection of that surface. Prior approval shall be obtained from the Authorized
Officer when crossing with protective devices.
Details shall include:
Axle weights when fully loaded.
Axle spacing.
Transverse wheel spacing.
Tire size.
Outside width of vehicle.
Operating speed.
Frequency of use.
Special features (e.g., running tracks, overhang loads, etc.).
The Purchaser shall be responsible for repair of any damage to roads or
structures caused by the use of overweight or over-dimension vehicles (1)
without written approval, (2) in violation of the conditions of a written
approval or (3) in a negligent manner. The amount of actual damage shall be
determined by the Authorized Officer following a technical inspection and
evaluation.
Page 10 of 18
(D)
Environmental Protection
(1)
E-1 In addition to the requirement set forth in Section 25 of this contract, the
Purchaser shall implement the following noxious weed control measures:
(a)
In order to prevent the potential spread of noxious weeds into the Medford
District BLM, the operator would be required to clean all logging,
construction, chipping, grinding, shredding, rock crushing, and
transportation equipment prior to entry on BLM lands.
(b)
Cleaning shall be defined as removal of dirt, grease, plant parts, and
material that may carry noxious weed seeds into BLM lands. Cleaning
prior to entry onto BLM lands may be accomplished by using a pressure
hose.
(c)
Only equipment inspected by the BLM would be allowed to operate
within the Analysis Area. All subsequent move-ins of equipment as
described above shall be treated the same as the initial move-in.
(d) Prior to initial move-in of any equipment, and all subsequent move-ins,
the operator shall make the equipment available for BLM inspection at an
agreed upon location off Federal lands.
(e)
Equipment would be visually inspected by the Authorized Officer to
verify that the equipment has been reasonably cleaned.
(2)
E-1 In addition to the requirement set forth in Sec. 25 of this contract, the
Purchaser shall prepare a Spill Prevention, Control, and Countermeasure Plan for
all hazardous substances to be used in the contract area, as directed by the
Authorized Officer. Such plan shall include identification of Purchaser’s
representatives responsible for supervising initial containment action for releases
and subsequent cleanup. Such plans must comply with the State of Oregon DEQ
OAR 340-142, Oil and Hazardous Materials Emergency Response Requirements.
(3)
E-1 In addition to the requirement set forth in Sec. 25 of this contract, the
Purchaser shall not refuel equipment, store, or cause to have stored, any fuel or
other petroleum products inside any riparian management or wet areas. All
Petroleum products shall be stored in durable containers and located so that any
accidental releases will be contained and not drain into any stream system.
Hydraulic fluid and fuel lines on heavy mechanized equipment would be in proper
working condition in order to minimize potential for leakage into streams.
(4)
E-1 In addition to the requirement set forth in Sec. 25 of this contract, the
Page 11 of 18
Purchaser shall, prior to October 15 of the same operating season, winterize and
rehabilitate temporary routes, landings, corridors, skidtrails and other areas of
exposed soils by properly installing and/or using water bars, berms, sediment
basins, gravel pads, hay bales, small dense woody debris, seeding and/or
mulching, to reduce sediment runoff as directed by the Authorized Officer.
(5)
E-1 In addition to the requirement set forth in Section 25 of this contract, the
Purchaser shall as directed by the Authorized Officer rehabilitate tractor skid
trails and landings outside of the road prism by one of the following methods:
(a)
(b)
If the Authorized Officer deems ripping will not cause unacceptable
damage to the root systems of residual trees the Purchaser shall
discontinuously subsoil with winged ripper teeth, simultaneously water
bar, seed, mulch, and barricade.
1.
Use a minimum 200 flywheel horsepower tractor with mounted
rippers having shanks and teeth consistent with drawings and
specifications shown on Exhibit R of this contract, which, is
attached hereto and made a part hereof.
2.
Rip to a depth of eighteen (18) inches, and no further than thirty
six (36) inches apart.
3.
Ripping will occur before October 15 of the year of harvest.
4.
Any step landings shall be re-contoured following use.
If the Authorized Officer deems ripping will cause an unacceptable
amount of damage to the root systems of residual trees the Purchaser shall
scarify to a depth of up to six (6) inches and simultaneously water bar,
seed, mulch, and barricade.
(6)
E-2 The water bars to be constructed as required by Sec. 25(c) shall be
constructed in accordance with the specifications shown on Exhibit W, which is
attached hereto and made a part hereof.
(7)
E-3 If, in connection with operations under this contract, the Purchaser, their
contractors, subcontractors, or the employees of any of them, discovers,
encounters, or becomes aware of any objects or sites of cultural value on the
contract area such as historical or pre-historical ruins, graves or grave markers,
fossils, or artifacts, the Purchaser shall immediately suspend all operations in the
vicinity of the cultural value and shall notify the Authorized Officer of the
Page 12 of 18
findings. Operations may resume at the discovery site upon receipt of written
instructions and authorization by the Authorized Officer.
(8)
E-4 The Purchaser shall immediately discontinue specified construction or timber
harvesting operations upon written notice from the Contracting Officer that:
(1)
threatened or endangered plants or animals protected under the
Endangered Species Act of 1973, as amended, may be affected by the
operation, and a determination is made that consultation or reinitiation of
consultation is required concerning the species prior to continuing
operation, or;
(2)
when, in order to comply with the Endangered Species Act or to protect
occupied marbled murrelet sites in accordance with the Standards and
Guidelines of the Medford District Record of Decision (ROD) and
Resource Management Plan (RMP), the Contracting Officer determines it
may be necessary to modify or terminate the contract, or;
(3)
federal proposed, federal candidate, Bureau sensitive or State listed
species protected under BLM Manual 6840 - Special Status Species
Management - have been identified, and a determination is made that
continued operations would affect the species or its habitat, or;
(4)
other active raptor nests have been discovered, and a determination is
made that continued operations under this contract would adversely affect
the present use of the discovered nesting area by the raptor, or;
(5)
when, in order to comply with a court order which enjoins operations on
the sale or otherwise requires the Bureau of Land Management to suspend
operations, or;
(6)
when, in order to comply with a court order, the Contracting Officer
determines it may be necessary to modify or terminate the contract, or;
(7)
species have been discovered which were identified for protection through
survey and manage and/or protection buffer standards and guidelines
established in the ROD and RMP, and the Contracting Officer determines
that continued operations would affect the species or its habitat, or;
(8)
when, in order to protect species which were identified for protection
through survey and manage and/or protection buffer standards and
guidelines established in the ROD and RMP, the Contracting Officer
determines it may be necessary to modify or terminate the contract.
Page 13 of 18
Those operations necessary for a safe removal of personnel and equipment from
the contract area and those directed by the Contracting Officer which are required
in order to leave the contract area in an acceptable condition will be permitted.
Discontinued operations may be resumed upon receipt of written instructions and
authorization by the Contracting Officer.
During any period of suspension, the Purchaser may withdraw performance and
payment bond coverage aside from that deemed necessary by the Authorized
Officer to secure cut and/or removed timber for which the Bureau of Land
Management has not received payment, and/or unfulfilled contract requirements
associated with harvest operations that have already occurred and associated post­
harvest requirements.
In the event of a suspension period or a combination of suspension periods that
exceed a total of 30 days, the First Installment held on deposit may be temporarily
reduced upon the written request of the Purchaser. For the period of suspension
extending beyond 30 days, the First Installment on deposit may be reduced to five
(5) percent of the First Installment amount listed in Section 3.b. of the contract.
Any First Installment amount temporarily reduced may be refunded or transferred
to another BLM contract at the request of the Purchaser. However, if the
Purchaser has outstanding debt owing the United States, the Contracting Officer
must first apply the amount of First Installment that could be refunded to the debt
owed in accordance with the Debt Collection Improvement Act, as amended (31
USC 3710, et seq.). Upon Purchaser’s receipt of a bill for collection and written
notice from the Contracting Officer lifting the suspension, the Purchaser shall
restore the First Installment to the full amount shown in Section 3.b. of the
contract within 15 days after the bill for collection is issued, subject to Section
3.h. of the contract. The Purchaser shall not resume contract operations until the
First Installment amount is fully restored.
In the event of a suspension period or a combination of suspension periods that
exceed a total of 30 days, the unamortized Out-of-Pocket Expenses for road or
other construction required pursuant to Exhibit C of the contract shall be refunded
or transferred to another BLM contract at the request of the Purchaser. Upon
written notice from the Contracting Officer lifting the suspension, the Purchaser
shall reimburse the Government the amounts refunded or transferred. The
Purchaser may choose to pay this reimbursement at once or in installments
payable at the same time as payments are due for the timber under the contract
and in amounts approximately equal to the expenses associated with the timber
for which payment is due.
Page 14 of 18
In the event that operating time is lost as a result of the incorporation of additional
contract requirements, or delays due to Endangered Species Act consultation with
the U.S. Fish and Wildlife Service or U.S. National Marine Fisheries Service, or
court-ordered injunctions, the Purchaser agrees that an extension of time, without
reappraisal, will constitute a full and complete remedy for any claim that delays
due to the suspension hindered performance of the contract or resulted in damages
of any kind to the Purchaser.
The Contracting Officer may determine that it is necessary to terminate the
cutting and removal rights under the contract in order to comply with the
Endangered Species Act, protect occupied marbled murrelet sites in accordance
with the ROD and RMP, protect species that have been discovered which were
identified for protection through survey and manage and/or protection buffer
standards and guidelines established in the ROD and RMP, or comply with a
court order. Following the issuance of a written notice that cutting and removal
rights will be terminated, the Purchaser will be permitted to remove timber cut
under the contract, if allowed by the Endangered Species Act, marbled murrelet
occupied site protection in accordance with the ROD and RMP, survey and
manage and/or protection buffer standards and guidelines established in the ROD
and RMP, or court order requirements necessitating the modification or
termination.
In the event cutting and removal rights are terminated under this subsection, the
Purchaser agrees that the liability of the United States shall be limited to the
actual costs incurred by the Purchaser which have not been amortized by timber
removed from the contract area. This calculation of liability shall utilize actual
Purchaser costs and Government estimates of timber volumes. At the Authorized
Officer's request, the Purchaser agrees to provide documentation of the actual
costs incurred in the performance of the contract. In addition, the Purchaser shall
be released from the obligation to pay the contract price for any timber which is
not authorized to be removed from the contract area.
The Purchaser specifically and expressly waives any right to claim damages, other
than those described in the preceding paragraphs, based on an alleged breach of
any duty to the Purchaser, whether express or implied, in regard to the manner in
which the Government defended the litigation which resulted in the court order
affecting the operation of the contract. This waiver also extends to any claims
based on effects on the operation of the contract that arise from litigation against
another agency. Furthermore, the Purchaser specifically acknowledges and agrees
that a court ruling that the Government violated the Administrative Procedures
Act cannot be interpreted, in itself, to mean that the Government had not acted
reasonably in regard to its duties to the Purchaser under this contract.
Page 15 of 18
(F)
Fire Prevention and Control
(1)
F-1a Fire Prevention and Control. Primarily for purposes of fire prevention and
control, the Purchaser shall comply with the following provisions:
(a)
Prior to the operation of power driven equipment in construction or
logging operations under this contract during the closed fire season or
periods of fire danger, prepare a fire prevention and control plan to the
satisfaction of the State of Oregon, Department of Forestry.
(b)
Provide and maintain in good repair, on the contract area, the following
equipment for use during closed fire season or periods of fire danger:
i.
F-2a Fire fighting tools shall be kept at each landing or at such
other place as the Authorized Officer shall designate whenever
people are working on the contract area. All fire fighting tools
shall be kept in a sturdily constructed box which shall be painted
red and lettered on the front or top in large letters, "For Fire Only."
The box shall have a hinged lid and a hasp by which the lid can be
sealed. One box may serve two landings not over six hundred
(600) feet apart. When filled, the box shall not weigh over two
hundred (200) pounds. The fire tools shall be in good condition,
be tight on strong handles, and have sharp cutting edges. There
shall not be less than four (4) tools in each box nor less than one
(1) tool for each person working on the contract area. Threefourths (¾) of all fire tools shall be shovels, hazel hoes, or other
scraping tools. The fire tools shall be used only for fighting fire.
ii.
F-2b A round pointed size "0" or larger shovel in good condition
shall be within fifty (50) feet of any power saw when in operation.
iii.
F-2c At each landing during periods of operation one (1) tank
trucks. Each truck shall have three hundred (300) gallons minimum
capacity with five hundred (500) feet minimum of hose and a
nozzle acceptable to the Authorized Officer and a mounted or
portable pump conforming to the standards set forth in Oregon
Revised Statute ORS 477.645 through ORS 477.670 and any rule
promulgated pursuant to those statutes. All hose couplings shall
have the standard thread adopted by the State Fire Marshall
pursuant to ORS 476.410 as amended or be provided with suitable
adapters. At the close of each working day, all bulldozers and tank
Page 16 of 18
trucks shall be filled with fuel and made ready for immediate use.
All tank trucks and portable tanks shall be filled with water and
made available for immediate use.
iv.
F-2d Serviceable radio or radio-telephone equipment able to
provide prompt and reliable communication between the contract
area, Medford District office, and Douglas County Fire Protection
Agency. Such communication shall be available during periods of
operation including the time watch-service is required.
v.
F-2e A pair of headlights capable of being quickly attached to each
bulldozer used on the contract area. The headlights shall be
adequate to provide illumination sufficient to allow use of the
bulldozers for fire fighting and construction of fire trails at night.
vi.
F-2f A headlight for each person in the woods crew adequate to
provide sufficient illumination for night fire fighting. A headlight
shall be of the type that can be fastened to the head so as to allow
independent use of the hands. It shall be equipped with a battery
case so designed that it can be either carried in the hip pocket or
fastened to the belt. The head of the light and the battery case shall
be connected by insulated wires. At least one extra set of batteries
shall be provided for each such headlight.
vii.
F-2g Two (2) back-pack pumps at each landing and one (1) at each
tail block, all to be kept full of water and in good operating
condition.
viii.
F-2h A chemical fire extinguisher of at least eight (8) ounces
minimum capacity of a type approved by the Oregon State Forester
shall be carried during the closed fire season or periods of fire
danger by each saw operator using a power saw on the contract
area. Such fire extinguisher shall be filled and in effective
operating condition and shall at all times be immediately available
to the operator when the saw is being fueled or the motor of the
saw is running. A size "0" or larger shovel shall be available with
each gas can when refueling. Any fueling of a power saw shall be
done in an area which has first been cleared of all flammable
material. Power saws shall be moved at least twenty (20) feet from
the place of fueling before the engine is started. Each power saw
shall be equipped with an exhaust system and a spark arresting
device which are of types approved by the Oregon State Forester.
Page 17 of 18
(G)
Slash Disposal and Site Preparation
SD-1 Fire Hazard Reduction. In addition to the requirements of Sec. 15 of this
contract, and notwithstanding the Purchaser's satisfactory compliance with State laws
and regulations regarding offsetting or abating the additional fire hazard created by this
operation and the State's willingness to release the Purchaser from liability for such
hazard, the Purchaser shall remain responsible to the Government for performance of the
following hazard reduction measure(s) required by this contract:
(J)
1a.
Lop and scatter all slash over the entire cutting area concurrently
with the normal felling operation. All top and side branches must
be cut free of the central stem so that such stem is reduced to the
extent that it is within eighteen (18) inches of the ground at all
points.
1b.
Pile and burn all slash situated within 20 feet of each landing.
Slash shall be piled by mechanized equipment. Finished piles shall
be tight and free of earth.
1c.
Slash shall be disposed of in accordance with the written
instructions of the Authorized Officer.
Equal Opportunity in Employment Certification of Non-segregated Facilities attached
hereto and made a part hereof.
Page 18 of 18
U.S.D.I BLM MEDFORD DISTRICT SALE NO. OR110-TS10-16
T.32 S., R.5W., SEC.17 WILL. MER
FORTUNE BRANCH TIMBER SALE
DOUGLAS COUNTY
07
08
FORTUNE BRANCH TIMBER SALE CONTRACT MAP
SALE LOCATION MAP
09
10
Legend
Fortune Branch TS Units
11
Azalea
^
^
18
17
16
15
T32S-R05W
DC39
20
DC38
5
21
§
¦
¨
5
§
¦
¨
22
0
23
City
Township Range
Section
13
14
DC37
19
2,375 4,750
24
28
27
26
25
31
32
33
34
35
36
07
08
04
09
T33S-R05W
¯
17
9,500
19
14,250
Feet
20
T32S-R04W
No warranty is made by the Bureau of Land Management as to the accuracy,
reliability, or completeness of these data for individual or aggregate use
with other data. Original data were compiled from various sources and may
be updated without notification.
29
05
18
08
Fortune Branch Timber Sale Area
30
06
07
12
Road
03
02
01
30
29
31
32
06
05
07
08
T33S-R04W
10
11
12
U.S.D.I. BLM MEDFORD DISTRICT SALE NO. 110-TS10-16
T.32 S., R5 W., SEC. 17 WILL. MER.
FORTUNE BRANCH TIMBER SALE
DOUGLAS COUNTY
O&C
1
8 . 2800
5-
07
32
#
#
09
3000
3 2-
#
08 PVT
20
-5-
R.
5
W.
T. 32 S.
TIMBER SALE CONTRACT MAP
CONTRACT NO. OR 110-TS10-16
EXHIBIT A
PAGE 1 OF 3
- 5 -8
260
0
32
O&C
2000
2800
17
#
2200
Unit 1
1 Acre
CT-O-T
O&C
Unit 1
4 Acres
CT-O-T
PVT
00
24
o
oo o 32 -5
o
-1
7.1 o
o
Unit 1
<1 Acre
CT-O-T
Unit 1
4 Acres
CT-O-T
19
1 inch = 833 feet
700
2000
#
16
00
Progeny Site
#
11 Acres
CDM-B-T 20 PVT
#
µ
16
#
Unit 1
8 Acres
CT-O-T
O&C
0
32 5 -1
00
20
18
00
18
7
2600
40' CONTOUR INTERVAL
1,400
2,800
Feet
No warranty is made by the Bureau of Land Management as to the
accuracy, reliability, or completeness of these data for individual or
aggregate use with other data. Original data were compiled from
various sources. This information may not meet National Map
Accuracy Standards. This product was developed through digital
means and may be updated without notification.
United States Department of the Interior
Bureau of Land Management
Medford District Office
3040 Biddle Road
Medford, OR 97504
(541) 618-2200
21
U.S.D.I. BLM MEDFORD DISTRICT SALE NO. 110-TS10-16
T.32 S., R5 W., SEC.17 WILL. MER.
FORTUNE BRANCH TIMBER SALE
DOUGLAS COUNTY
Legend
Contract _Area
Fortune Branch T.S. Units
TIMBER SALE CONTRACT MAP
CONTRACT NO. OR 110-TS10-16
EXHIBIT A
PAGE 2 OF 3
Existing Road
SurfaceType
Natural Surface
Reserve_Area
Rocked
Paved
SECTIONS
Intermediate 40-ft contour
Streams
Index 200-ft contour
Ownership
#
o
Federal
Brass Caps
Roadside Trees
Non-Federal
O&C
PVT
BLM O&C
Private Ownership
SUMMARY
CT-O-T
COMMERCIAL THIN- ORANGE MARK LEAVE
18 ACRES
TREE- TRACTOR YARD (UNIT 1)
CDM-B-T
COMMERCIAL DENSITY MANAGEMENT - BLUE
11 ACRES
MARK -TRACTOR YARD (PROGENEY SITE)
RSM-B-T
ROADSIDE MAINTENECE- BLUE MARKTRACTOR YARD
TOTAL TIMBER SALE UNIT AREA
29 ACRES
RESERVE AREA
131 ACRES
TOTAL CONTRACT AREA
160 ACRES
U.S.D.I. BLM MEDFORD DISTRICT SALE NO. 110-TS10-16
T.32 S., R.5 W., SEC. 17 WILL. MER.
FORTUNE BRANCH TIMBER SALE
DOUGLAS COUNTY
TIMBER SALE CONTRACT MAP
CONTRACT NO. OR 110-TS10-16
EXHIBIT A
PAGE 3 OF 3
Legend
UNIT
GPS
Acres
1
18
Progeny Site
RSM
HARVEST PAINT
TYPE
COLOR
11
CT
O
CC
B
CDM
B
TOTAL
29
* ALL ACRES COMPUTED BY GPS TRAVERSE
LOGGING
SYSTEM
T
T
T
* BOUNDARIES OF HARVEST UNITS ARE POSTED AND
PAINTED IN ORANGE
CT = COMMERCIAL THIN
CDM = COMMERCIAL DENSITY MANAGEMENT
CC = CLEARCUT
RSM = ROADSIDE MAINTENANCE
T = TRACTOR
O = ORANGE PAINT (LEAVE TREE MARK)
B = BLUE PAINT (CUT TREE MARK)
United States of America
Department of the Interior
Bureau Of Land Management
Timber Sale Appraisal
District :
Sale Name :
Sale Date :
Appraisal Method :
Medford
Fortune Branch
06/24/2010
Contract # :
Job File # :
Master Unit :
Planning Unit :
16' MBF
Contents
Timber Sale Summary
2
Stumpage Summary
3
Prospectus
4
Exhibit B
5
Volume Summary
6
Stump to Truck Costs
7
Other Allowances Costs
8
Consolidated Comments
9
TS 10-16
M11193
Josephine
Glendale
Medford
Fortune Branch
TS 10-16
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Timber - Sale - Summary
Legal Description
Forest
Type
Township
Range
Section
O&C
T32S
R5W
17
Subdivision
E1/2SW1/4, W1/2SE1/4
Cutting Volume (16' MBF)
Unit
DF
1
Progeny
Totals
WF
IC
PP
Total
Regen
77
37
85
11
4
177
37
114
85
11
4
214
$
$
$
$
$
165.22
34.95
9.75
0.00
5.70
Other Allowances :
$3.75
Misc
$16.06
Other Costs
Total Other Allowances :
Total Profit & Risk
Basic Profit & Risk
18
11
0
29
$ 23.59
9 %
7 % + Additional Risk
2%
0 %
Back Off
Tract Features
Avg Log
Recovery
Salvage
$3.79
Fuels Treatment
Douglas-fir : 37 bf
All : 40 bf
Douglas-fir : 93 %
Douglas-fir : 0 %
All : 93 %
All : 0 %
Avg Volume ( 16' MBF per Acre)
Avg Yarding Slope
Avg Yarding Distance (feet)
Avg Age
Volume Cable
Volume Ground
Volume Aerial
Road Construction Stations
Road Improvement Stations
0 %
100 %
0 %
0.00
0.00
Road Renovation Stations
Road Decomission Stations
0.00
0.00
7
15 %
200
65
Cruise
Total Logging Costs per 16' MBF
239.21
$
Utilization Centers
Center #1 : Riddle
Center #2
Weighted distance to Utilization Centers
Cruised By
Date
Type of Cruise
Caulfield,Baumann,Brown,R
03/01/2006
3P, 100%
County, State
Douglas, OR
Net Volume
25 Miles
0 Miles
25
Green (16' MBF)
Salvage (16' MBF)
214
0.00
36 Months
1 Months
Douglas-fir Peeler
Export Volume
0.00
0
Length of Contract
Cutting and Removal Time
Personal Property Removal Time
Scaling Allowance ($0.75 per 16' MBF)
Printed :
6/1/2010
ROW
Profit & Risk
Logging Costs per 16' MBF
Stump to Truck
Transportation
Road Construction
Road Amortization
Road Maintenance
Partial
10:29:46AM
$160.50
Page 2 of 9
0
Medford
Fortune Branch
TS 10-16
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Stumpage Summary
Stumpage Computation
Species
Net
Volume
Trees
(-)
Profit
& Risk
Pond
Value
(16' MBF)
(+)
Marginal
Log Value
(-)
Logging
Cost
(-)
Back
Off
Appraised
Price
Appraised
Value
DF
1,679
114
381.95
34.38
239.21
108.40
12,357.60
WF
454
85
342.19
30.80
239.21
72.20
6,137.00
IC
252
11
474.56
42.71
239.21
192.60
2,118.60
PP
55
4
230.36
239.21
23.00
92.00
2,440
214
Totals
20.73
$ 20,705.20
Log Code by Percent
Species
Code #1
Code #2
Code #3
Code #4
Code #5
Code #6
Douglas-fir
31.0
46.0
23.0
White Fir
36.0
57.0
6.0
58.0
42.0
63.0
27.0
Incense-cedar
10.0
Ponderosa Pine
Marginal Log Volume
Species
Grade #7
Grade #8
Douglas-fir
White Fir
Incense-cedar
Ponderosa Pine
Appraised By : Dowding, Kent
Printed :
6/1/2010
Date :
Area Approval By :
Date :
District Approval By :
Date :
10:29:46AM
03/05/2008
Page 3 of 9
Medford
Fortune Branch
TS 10-16
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Prospectus
Appraisal Method :
Species
(16' MBF)
Net Volume
16' MBF
Trees
Net Volume
32' MBF
Net Volume
CCF
1,679
114
94
208
White Fir
454
85
72
155
Incense-cedar
252
11
9
25
55
4
3
8
2,440
214
Douglas-fir
Ponderosa Pine
Total
178
396
All Species
Gross
Volume
Number
Trees
230
Avg bf Volume
Per Tree
2,440
Merch
Logs
94
Cull
Logs
11.2
Total
Logs
5,671
24
Gross Merch
Volume
DBH
226
Logs per
Tree
Net
Volume
5,695
Merch
Logs
2
Avg bf Gross
Merch Log
5,671
40
Gross
Volume
214
Recovery
230
93 %
Douglas-fir
Gross
Volume
Number
Trees
123
Avg bf Volume
Per Tree
1,679
Merch
Logs
3,221
73
Total
Logs
Cull
Logs
10
Gross Merch
Volume
DBH
10.3
120
Logs per
Tree
3,231
Merch
Logs
Net
Volume
1
Avg bf Gross
Merch Log
3,221
37
Gross
Volume
114
Recovery
123
93 %
Cutting Areas
Unit
6/1/2010
Partial Cut
Acres
Right Of Way
Acres
Total
Acres
1
18
18
Progeny Site
11
11
29
29
Totals :
Printed :
Regen
Acres
10:29:46AM
Page 4 of 9
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Medford
Fortune Branch
TS 10-16
Exhibit B
The following estimates and calculations of timber sold are made solely as an administrative aid for determining: (1) Adjustments made or
credits given in accordance with Sections 6, 9, or 11; (2) When payments are due; and (3) Value of timber subject to any special bonding
provisions. The value of timber will be determined by multiplying the value per acre as shown below, times the amount of acreage as
determined by the authorized officer, which has been cut or removed or designated for taking.
Except provided in Section 2, Purchaser shall be liable for the total purchase price even though the quantity of timber actually cut or
removed or designated for taking is less than the estimated volume or quantity shown. Cutting areas are shown on the Exhibit A.
Sale Totals (16' MBF)
Net
Volume
Species
Bid
Price
Sale
SubTotal
114
Douglas-fir
White Fir
85
Incense-cedar
11
4
Ponderosa Pine
Sale Totals
214
Unit Details (16' MB)
Unit
1
18 Acres
Value per Acre : $0.00
Net
Volume
Species
Douglas-fir
77
Incense-cedar
11
85
White Fir
Unit Totals
Progeny Site
11 Acres
Value per Acre : $0.00
Bid
Price
Species
Value
37
Douglas-fir
Unit Totals
6/1/2010
177
Net
Volume
Species
Printed :
Species
Value
4
Ponderosa Pine
Unit
Bid
Price
10:29:46AM
37
Page 5 of 9
Medford
Fortune Branch
TS 10-16
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Volume Summary
Sale Volume Totals
29 Acres
0 Regen
# of
Trees
SpeciesName
Merch
Logs
1,679
3,221
White Fir
454
1,876
Incense-cedar
252
439
55
135
2,440
5,671
Douglas-fir
Ponderosa Pine
Totals
Cull
Logs
29 Partial
0 R/W
2 Units
16' MBF
Net
16' MBF
GM
16' MBF
Gross
114
120
123
94
99
101
208
217
221
85
90
90
72
77
77
155
164
164
11
12
13
9
10
10
25
27
28
4
4
4
3
3
3
8
8
8
214
226
230
178
189
191
396
416
421
10
14
24
32' MBF 32' MBF 32' MBF
Net
GM
Gross
CCF
Net
CCF
GM
Unit Totals
Unit : 1
18 Acres
SpeciesName
# of
Trees
0 Regen
Merch
Logs
Cull
Logs
18 Partial
0 R/W
16' MBF
Gross
16' MBF
GM
16' MBF
90
90
85
Net
White Fir
454
1,876
Douglas-fir
535
1,480
10
84
81
77
Incense-cedar
252
439
14
13
12
11
55
135
4
4
4
1,296
3,930
191
187
177
Ponderosa Pine
Unit Totals
Unit : Progeny
SpeciesName
Douglas-fir
Unit Totals
Printed :
6/1/2010
11 Acres
# of
Trees
24
0 Regen
Merch
Logs
Cull
Logs
11 Partial
0 R/W
16' MBF
Gross
16' MBF
GM
16' MBF
Net
1,144
1,741
39
39
37
1,144
1,741
39
39
37
10:29:46AM
Page 6 of 9
CCF
Gross
Medford
Fortune Branch
TS 10-16
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Stump to Truck Costs
Total (16' MBF)
Total Stump to
Truck Costs
Net
Volume
Cost / Net
Volume
214
$35,357.73
$165.22
Detail
Yarding & Loading
Unit Of
Measure
Yarding System
Cost /
Unit
Units
Total
Cost
Track Skidder
MBF
187
$129.00
$24,123.00
Cut To Length
MBF
39
$288.07
$11,234.73
Subtotal
$35,357.73
Other Costs
Unit Of
Measure
Explanation
Units
Cost /
Unit
Total
Cost
Subtotal
Additional Move-Ins
# Move-In
Equipment
Cost /
Move In
Total
Cost
Subtotal
Printed :
6/1/2010
10:29:46AM
Page 7 of 9
Medford
Fortune Branch
TS 10-16
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Other Allowances Costs
Total (16' MBF)
Total Other
Allowances Costs
Net
Volume
$5,048.90
Cost / Net
Volume *
214
Fuels Treatment
Total Buy Out
Cost
$23.59
$0.00
Detail (16' MBF)
Total
Cost
Cost Item
754.00
Lop and Scatter-Lvl 1
56.00
Hand Pile Brn-Level 1
Subtotal
Misc
810.00
Cost /
Net Vol *
Buy
Out
Buy Out
Cost
3.52
N
0.00
0.26
N
0.00
3.79
0.00
Detail (16' MBF)
Total
Cost
Cost Item
Cost /
Net Vol *
Buy
Out
Buy Out
Cost
Progeny Pin Removal
450.00
2.10
0.00
Directional Falling
352.90
1.65
0.00
Subtotal
Other Costs
802.90
3.75
0.00
Detail (16' MBF)
Total
Cost
Cost Item
Cost /
Net Vol *
Buy
Out
Buy Out
Cost
Equipment Washing
128.00
0.60
N
0.00
Skid Construction
600.00
2.80
N
0.00
Ripping
450.00
2.10
N
0.00
Waterbar Skids
300.00
1.40
N
0.00
Stream and Culvert Cleaning
128.00
0.60
N
0.00
Mulching (2 hours/5 bales)
156.00
0.73
N
0.00
Hand Seeding @ 17 lb seed per hour
249.00
1.16
N
0.00
Barricades
300.00
1.40
N
0.00
Landing Clean up
525.00
2.45
N
0.00
Landing Construction
600.00
2.80
N
0.00
Subtotal
3,436.00
16.06
0.00
* Cost / Net Volume has been rounded to the nearest $0.01 Subtotals may not tie to Sale Total Cost / Net Volume.
Printed :
6/1/2010
10:29:46AM
Page 8 of 9
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Medford
Fortune Branch
TS 10-16
Consolidated Comments
General
Yarding & Loading
Road Costs
(see Engineering Appraisal for details).
Transportation
(see Transportation appendix for details).
Other Allowances
Burning of Landing Piles is Labled Hand Pile Brn-Level 1.
Prospectus
Printed :
6/1/2010
10:29:46AM
Page 9 of 9
Exhibit C-8
Sale Name: Fortune Branch
Page 1 of 8
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
ROAD SPECIFICATIONS
INDEX
100
GENERAL
500
RENOVATION OF EXISTING ROADS
1800
SOIL STABILIZATION
2100
ROADSIDE BRUSHING
Exhibit C-8
Sale Name: Fortune Branch
Page 2 of 8
GENERAL - 100
*101 -
Prework Conference(s):
A prework conference will be held prior to the start of renovation, maintenance, and seeding and mulching operations. The Purchaser shall request
the conference at least (48) hours prior to the time it is to be held. The conference will be attended by the Purchaser and/or his representative(s),
subcontractor(s) and/or his or their representative(s) and the Authorized Officer and/or his representative(s).
The purpose will be to review the required work, exhibits and specifications, and to establish a work schedule and a list of the Purchaser's
representatives and subcontractor(s). A Prework conference shall be scheduled before operations begin.
*102 -
Definitions:
AASHTO - American Association of State Highway and Transportation Officials. Current editions of tests and specifications.
ACI - American Concrete Institute
ASTM - American Society for Testing and Materials.
Base Course - Surfacing structure consisting of crushed gravel or stone, crushed sandstone, pit run rock, bank or river run gravels, etc., to provide
support and, in the event no surface course is placed, the running surface for traffic load.
BLM - Bureau of Land Management
Borrow - Excavated material required for embankments and other portions of the work.
Culvert - A pipe, pipe-arch, arch, or box structure constructed of metal, concrete, plastic or wood which provides an opening under the roadway
primarily for the conveyance of liquids, pedestrians or livestock.
Curve Widening - Widening required on inside of curves to accommodate long log and equipment hauling trucks.
Embankment - A structure of soil, aggregate, or rock material placed on a prepared ground surface and constructed to subgrade.
End Haul - Excavated material moved, other than by dozer, to an embankment or waste area to prevent sidecasting material outside of the road
prism.
Exhibit C-8
Sale Name: Fortune Branch
Page 3 of 8
Excess Excavation - Material from the roadway in excess of that needed for construction of the designed roadway (waste).
Grading - Leveling to grade, shaping and smoothing of a road subgrade; the shaping of roadside ditches as to grade and contour. In some instances
includes smoothing of the cut bank.
Overhaul - Distance excavated material is transported in excess of the distance included in the cost for excavation.
Pioneer Road - Temporary construction access built along the route of the project.
Plans - The approved drawings, or exact reproductions thereof which show the locations, character, dimensions, and details of the work to be done.
Purchaser - The individual, partnership, joint venture, or corporation contracting with the Government under the terms of a Timber Sale Contract and
acting independently or through their, or its agents, employees, or contractors.
Reasonably Close Conformity - Compliance with reasonable and customary manufacturing and construction tolerances where working tolerances are
not specified.
Roadbed - The graded portion of the road within top and side slopes, prepared as a foundation for the pavement structure and shoulders.
Road Centerline - Longitudinal center of roadbed.
Road Improvement - Work done to an existing road which improves it over its original design standard.
Road Renovation - Work done to an existing road which restores it to its original design.
Roadway - The portion of a road within limits of construction. Usually from the toe of the fill slope to a point where the cut slope intersects natural
ground line. Synonym - road prism.
Scale - In quarrying, consists of the removal of loose or overhanging rock adhering to the solid face after a shot or a round of shots has been fired.
Scarification - The process of loosening or breaking up of the surface layer of soil or road, usually to a specified depth.
Shoulder - The portion of the roadbed contiguous with the traveled way designed for accommodation of stopped vehicles, safety, and lateral support
of base and surface courses.
Spalls - Flakes or chips of stone.
Exhibit C-8
Sale Name: Fortune Branch
Page 4 of 8
Specifications - A general term applied to all directions, provisions, and requirements pertaining to performance of the work.
Specific Gravity - The ratio of the density of a material to the density of water obtained by weighing known volumes of both items in air. A specific
gravity less than one implies that the material will float.
Structures Bridges, culverts, catch basins, retaining walls, underdrains, flumes, splash pads, downspouts, and other project features which may be
involved in the work and not otherwise classified in these specifications.
Subbase - Reinforcement of the subgrade with large particles of pit run or crushed stone. Usually confined to roads having wet subgrades or
subgrades with weak support characteristics.
Surface Course - Top layer of a road structure consisting of finely crushed gravels or asphalt designed to provide a smooth running surface for traffic
load.
Subgrade - The top surface of a roadbed upon which the traveled way and shoulders are constructed.
Timber - Standing trees, downed trees, or logs which can be measured in board feet.
Traveled Way - The portion of the roadbed used for the movement of vehicles, exclusive of shoulders.
Typical Cross Sections - Cross sectional plane of a typical roadway; showing natural ground line and designed roadway in relation to cut and fill,
through cut, and through fill.
Turnout - Extra widening of the roadbed at appropriate intervals on single-lane roads for passing purposes.
RENOVATION OF EXISTING ROADS - 500
*501 -
This work shall consist of reconditioning and preparing the roadbed and shoulders, cleaning and shaping drainage ditches, trimming vegetation from
cut and embankment slopes, and cleaning and repairing drainage structures of existing roads in accordance with these specifications and as marked
on the ground with stakes.
501a -
This work shall include the removal and disposal of slides in accordance with these specifications and as marked on the ground with stakes.
502 -
The existing road surface shall be bladed and shaped to the lines, grades, dimensions, and typical cross sections shown on the plans and as marked
on the ground with stakes at the following location:
Exhibit C-8
Sale Name: Fortune Branch
Page 5 of 8
Road No.
From Sta./M.P.
32-5-17.1
0.00
to Sta./M.P.
0.30
502b -
Drainage ditches shall be bladed and shaped in accordance with the lines, grades, dimensions, and typical cross sections shown on the plans.
503 -
Debris from slides at the following locations:
Road No.
32-5-17.1
32-5-17.1
M.P.
0.18
0.23
shall be disposed of by feathering on the road or as directed by the Authorized Officer.
506 -
The inlet end of existing drainage structures shall be cleared of vegetative debris and boulders that are of sufficient size to obstruct normal stream
flow. Pipe inverts shall be cleared of sediment and other debris lodged in the barrel of the pipe. The outflow area of pipe structures shall be cleared
of rock and vegetative obstructions which will impede the structure's designed outflow configuration. Catch basins shall conform to the lines, grade,
dimensions, and typical diagram shown on the plans.
508 -
Vegetation encroaching on the roadbed and the drainage ditches of existing roads (at the following location:
Road No.
From M.P.
32-5-17.1
0.00
to M.P.
0.30
shall be removed by cutting and disposed in accordance with Subsection 2100 of these specifications.
SOIL STABILIZATION - 1800
*1801 -
This work shall consist of seeding and mulching on designated cut, fill, borrow, disposal, and special areas in accordance with these specifications
and as shown on the plans. This work is required for road acceptance under Section 18 of this contract.
Exhibit C-8
Sale Name: Fortune Branch
Page 6 of 8
1802a-
Soil stabilization work consisting of seeding and mulching shall be performed on any disturbed areas and special areas in accordance with these
specifications and as shown on the plans.
*1803 -
Soil stabilization work as specified under Subsection 1802a shall be performed during the following seasonal periods:
From: September 15 to: October 31
The Authorized Officer may modify the above seasonal dates to conform to existing weather conditions and changes in the construction schedule.
1803a-
The Purchaser shall begin soil stabilization work within 10 days of the starting work date when notified by the Authorized Officer.
1806a-
Additional soil stabilization work consisting of seeding and mulching may be required at the option of the Authorized Officer. Providing the
additional stabilization is not due to Purchaser negligence as specified in Sec. 12 of the contract, a reduction in the total purchased price shall be
made to offset the cost of furnishing and applying such additional stabilization material. Cost shall be based upon the unit price set forth in the
current BLM Timber Appraisal Production Cost Schedule.
1809 -
Mulch materials conforming to the requirements of Subsection 1809b shall be furnished by the Purchaser in the amounts specified under
Subsection.
1809b-
Natural wood cellulose or grass fiber shall have the property of dispersing readily in water and shall have no toxic effect when combined with seed
or other materials. The homogeneous slurry or mixture shall be capable of application with power spray equipment. A green-colored dye which is
noninjurious to plant growth shall be used. Processed wood cellulose or grass fiber shall be packaged in new, labeled containers in an air dry
condition. Processed wood cellulose or grass fiber furnished by the Purchaser shall be one of the following brand names or approved equal.
Silva Fiber - Weyerhaeuser Timber Co.
Conweb Fiber - Wood Conversion Co.
Spra-Mulch - Spra-Mulch Industries, Inc.
Grass-Mulch - Grass Mulch, Inc.
If the Purchaser proposes using a wood or grass fiber other than those listed above, he shall furnish a sample and descriptive literature to the
Authorized Officer for approval prior to application. Processed wood cellulose or grass fiber furnished by the Purchaser which has become wet or
otherwise damaged in transit or storage will not be accepted.
1812 -
The Purchaser shall furnish and apply to approximately 0.30 acres designated for treatment as shown on the plans, a mixture of grass seed and
mulch material at the following rate of application:
Exhibit C-8
Sale Name: Fortune Branch
Page 7 of 8
Dry Application
Native Seed
Mulch/Straw
10lbs/acre (if available) See Special Provision, Exhibit C-9 Pg 1.
3000lbs/acre
The above proportion and application rate are subject to adjustment by the Authorized Officer during the application operation.
1815-
The Purchaser may reduce the application rate on partially covered sloped and no application on areas already well stocked with grass or on rock
surfaces.
1816b-
Dry Method - Blowers, mechanical seeders, seed drills, landscape seeders, cultipaker seeders, fertilizer spreaders or other approved mechanical
seeding equipment may be used when seed and fertilizer are to be applied in dry form.
1820 -
The Purchaser shall notify the Authorized Officer at least (3) days in advance of date he intends to commence the specified soil stabilization work.
*1826 -
Twine, rope, sacks, and other debris resulting from the soil stabilization operation shall be picked up and disposed of to the satisfaction of the
Authorized Officer.
ROADSIDE BRUSHING - 2100
*2101 -
This work shall consist of the cutting and chipping of vegetation from the road prism - variable distance, and inside curves in
accordance with these specifications and conforming to the lines, grades, dimensions, and typical cross sections shown on the
Roadside Brushing Detail Sheet of this exhibit, at designated locations as shown in the plans.
2102 -
Roadside brushing may be performed mechanically with self powered, self-propelled equipment or manually with hand tools,
including chain saws.
2103 -
Vegetation cut manually or mechanically less than (6) inches in diameter at DBH shall be cut to a maximum height of (2) inches above
the ground surface or above obstructions such as rocks or stumps on cut and fill slopes and all limbs will be severed from the trunk.
2103a -
Vegetation shall be removed from the road bed between the outside shoulders and the ditch centerline and such vegetation shall be cut
to a maximum height of (1) inch above the ground and running surface. All limbs below will be severed from the trunk. Sharp
pointed ends will not be permitted. Cuts shall be parallel to the ground line or running surface.
Exhibit C-8
Sale Name: Fortune Branch
Page 8 of 8
2104 -
Trees in excess of (6) inches in diameter at DBH shall be limbed, so that no limbs extend into the treated area or over the roadbed to a
height of (14) feet above the running surface of the roadway on cut and fill slopes, within the road prism-variable distance. No
scarring of trunk or bole will be allowed. Removal of trees larger than (6) inches in diameter for sight distance or safety may be
directed by the Authorized Officer.
2105 -
Vegetation that is outside of the road prism-variable distance that protrudes into the road prism and within (14) feet in elevation above
the running surface. shall be cut
2106 -
Vegetative growth capable of growing (1) foot in height or higher shall be cut, within the road prism-variable distance or as directed by
the Authorized Officer.
2107 -
Inside curves shall be brushed out for a sight distance of 200 feet chord distance or a middle ordinate distance of (25) feet.
Overhanging limbs and vegetation in excess of (1) foot in height, shall be cut within these areas.
2108 -
Self propelled equipment shall not be permitted on cut and fill slopes or in ditches.
2109 -
Debris resulting from this operation shall be chipped.
2110 -
Vegetation (6) inches and smaller in diameter shall be chipped. Chips shall be scattered downslope from the roadway. Vegetation
over (6) inches in diameter shall be disposed of by direction of the Authorized Officer.
2113 -
Roadside brushing shall be accomplished as shown on the plans and as listed below:
Road No.
32-5-17.1
From Sta./M.P.
0.00
to Sta./M.P.
0.30
Comment
Cut & Chip
2116 -
Mechanical brush cutters shall not be operated when there are people and occupied vehicles within (400) feet of the immediate
operating area.
2117 -
Traffic warning signs shall be required at each end of the work area. Signs shall meet the requirements of the Manual on Uniform
Traffic Devices.
EXHIBIT D – 1
Sale Name: Fortune Branch
Page 1 of 6
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
ROAD MAINTENANCE SPECIFICATIONS
INDEX
COVER SHEET
SPECIFICATIONS
3000 - GENERAL MAINTENANCE
3100 - OPERATIONAL MAINTENANCE
3200 - SEASONAL MAINTENANCE
3300 - FINAL MAINTENANCE
3400 - OTHER MAINTENANCE
EXHIBIT D MAP
EXHIBIT D – 1
Sale Name: Fortune Branch
Page 2 of 6
GENERAL MAINTENANCE - 3000
3001 -
The Purchaser shall be required to maintain all roads listed and/or referenced in Section 41( C )( 5 ) Special Provisions
of this contract in accordance with Sections 3000, 3100, 3200, 3300 and 3400 of this exhibit.
3001a -
The Purchaser shall be required to provide maintenance on roads in accordance with Subsection 3108, 3401,3403.
3002 -
The Purchaser shall maintain the cross section of existing dirt or graveled roads to the existing geometric standards. Any
roads required to be constructed, improved, or renovated under terms of this contract shall be maintained to the standards
required in Exhibit C of this contract.
3003 -
The minimum required maintenance on any roads shall include the provisions specified in Subsections 3101, 3104, and
3105.
3004 -
The Purchaser shall be responsible for providing timely maintenance and cleanup on any road prior to moving operations
to other roads. The maximum length of nonmaintained or noncleanup of the road prism, shall not exceed the sum of one
(1) mile at any time. Release of maintenance requirements may be granted, upon written request, when the conditions
specified in Sections 3300 and 3400 are met satisfactorily.
OPERATIONAL MAINTENANCE - 3100
3101 -
The Purchaser shall blade and shape the road surface and shoulders with a motor patrol grader. Banks shall not be
undercut. Back blading with tractors or similar equipment will be allowed only around landings and other areas when
approved by the Authorized Officer.
3103 -
The Purchaser shall maintain established berms and place additional berms using adjacent material where needed to
protect fills as directed by the Authorized Officer.
3104 -
The Purchaser shall perform other road cleanup including removal of debris, fallen timber, bank slough, and slides which
can practicably be accomplished by a motor patrol grader, rubber tired front end bucket loader, rubber tired backhoe or
comparable equipment, and by the use of hand tools.
EXHIBIT D – 1
Sale Name: Fortune Branch
Page 3 of 6
3104a -
Removal of bank slough and slide material includes placement of material at the nearest suitable turnout or disposal site
where material cannot erode into streams, lakes, or reservoirs or cause undue damage to road fill slopes which have been
planted or mulched to control soil erosion.
3104b -
The Purchaser shall be responsible for removal of all slides, up to fifteen (15) station yards in quantity, at any one site.
This work includes unlimited multiple sites on all roads required to be maintained by the Purchaser.
Prior to removal of any slough or slide material exceeding fifteen (15) station yards at any one site, the Purchaser and the
Authorized Officer or their Authorized Representatives shall agree in writing, in the field, to the quantity of material,
method of disposal, and the disposal site. Work may commence immediately after agreement.
Upon completion of agreed upon work, a reduction in timber sale purchase price will be made to offset the cost of the
work, based on current BLM Timber Appraisal Production Cost Schedules. Adjustments in purchase price for completed
work shall be made as necessary and no less than once per year when actual work is ongoing.
3105 -
The Purchaser shall be responsible for maintaining normal flow in drainage structures. This includes cleaning out
drainage ditches, catch basins, clearing pipe inverts of sediment and other debris lodged in the barrel of the pipe, and
maintaining water dips and water bars using equipment specified in Subsection 3104 and other culvert cleaning and
flushing equipment.
3106 -
The Purchaser shall be responsible for repair and replacement of all material eroded from road shoulders and fill slopes,
up to fifteen (15) station yards in quantity, at any one site. The work includes unlimited multiple sites on all roads
required to be maintained by the Purchaser. Prior to repair and replacement of eroded material exceeding fifteen (15)
station yards at any one site, the Purchaser and the Authorized Officer or their Authorized Representatives shall agree in
writing, in the field, to the quantity of material, borrow source and method of repair. Work may commence immediately
after agreement.
Upon completion of agreed upon work, a reduction in timber sale purchase price will be made to offset the cost of the
work, based upon current BLM Timber Appraisal Production Cost Schedules. Adjustments in purchase price for
completed work shall be made as necessary, and no less than once per year when actual work is ongoing.
3107 -
EXHIBIT D – 1
Sale Name: Fortune Branch
Page 4 of 6
The Purchaser shall cut or trim trees and brush which obstructs vision or prevents the safe passage of traffic along the
travelled way, when directed by the Authorized Officer.
The Purchaser shall also cut trees or brush encroaching on the road prism that are a result of his activities or winter
damage during the contract period. Disposal of such vegetative material shall be by scattering below the road.
3108 -
The Purchaser shall avoid fouling gravel or bituminous surfaces through covering with earth and debris from side ditches,
slides, or other sources. The Purchaser shall also avoid blading surfacing material off the running surface of the roadway.
Skidding of logs on the roadway in or outside designated logging units is not authorized without prior written approval by
the Authorized Officer. Repair required by such skidding activity is not considered maintenance and shall be repaired at
the Purchaser's expense.
3108a -
The Purchaser shall perform logging operations on gravel roadways only where the locations have been marked on the
ground and/or approved by the Authorized Officer. Repair of the road shall be as specified in Subsection 3401.
SEASONAL MAINTENANCE - 3200
3201 -
The Purchaser shall perform preventive maintenance at the end of Purchaser's hauling each season and during nonhauling
periods which occur between other operations on the contract area. This includes cross ditching, removing ruts or other
surface irregularities and all other requirements specified in Section 3100.
3202 -
The Purchaser shall perform and complete maintenance specified in Sections 3000, 3100, and 3200 on all roads
maintained by the Purchaser, prior to October 1 each year, except as specified in Subsection 3203, after initial
commencement of construction or logging operations. Thereafter all roads shall have continuous preventive maintenance
and road cleanup until suspension of seasonal operations. This includes all roads used and not used during the preceding
operating seasons.
3203 -
The Purchaser shall complete road cleanup and maintenance, as specified in Section 3100, at the completion of logging
operations on any road located in an area separate from the area where logging activities will resume.
3204 -
The Purchaser shall be responsible for performing post storm inspections and maintenance during the winter season to
minimize erosion and potential roads or watershed damage.
EXHIBIT D – 1
Sale Name: Fortune Branch
Page 5 of 6
FINAL MAINTENANCE - 3300
3301 -
The Purchaser shall complete final maintenance and/or damage repairs on all roads used under terms of their contract
within 30 calendar days following the expiration of Purchaser's right to cut and remove timber (Sec. 4) and in accordance
with Sec. 16(b) of this contract. This work shall include any maintenance and/or damage repairs specified in Sections
3000, 3100, and 3200 necessary to meet the conditions specified in Subsection 3002 and shall be executed in accordance
with Subsection 3302 of this Section.
The Authorized Officer may grant acceptance of Purchaser's maintenance responsibility in part where certain individual
roads or road segments are no longer of any use to the Purchaser's remaining removal operations, providing that all
contract requirements as specified under Sec. 16(b), Special Provisions (Sections 3000, 3100, 3200, and 3300 of the
maintenance specifications) have been completed and a relinquishment of cutting and removal rights on cutting units
tributary to these roads is signed by the Purchaser. Request for partial acceptance must be submitted in writing by the
Purchaser.
3302 -
The Purchaser shall perform final road maintenance only when weather or soil moisture conditions are suitable for
normal maintenance equipment operations as determined by the Authorized Officer.
If final maintenance is delayed after the date required in Subsection 3301 of this contract by adverse soil moisture or
unsuitable equipment operating conditions, the Purchaser will be notified by the Authorized Officer when soil moisture
and equipment operating conditions are suitable. The Purchaser shall then be required to complete final maintenance
within 30 days.
OTHER MAINTENANCE - 3400
3401 -
The Purchaser shall repair any damage to road surfaces that was specified under Subsection 3108 and 3108a. This repair
includes restoring the roadway to the
designed standard and replacement of surfacing with approved surface material. This repair is not limited to use of
equipment specified in Subsection 3104.
EXHIBIT D – 1
Sale Name: Fortune Branch
Page 6 of 6
3402 -
The Purchaser shall be permitted to remove ice and snow from roads authorized for use under this contract only when
prior written approval has been secured from the Authorized Officer. The Purchaser shall submit a written request for
permission to remove ice and snow in advance of the date operations are to begin.
Upon receiving written authorization for ice or snow removal, the Purchaser will perform the work according to the
conditions and equipment requirements set forth in the Authorization.
3403a -
During dry hauling conditions when watering is not required, the Purchaser shall reduce hauling speeds to 15 MPH on the
following road:
Road Number
M.P.
M.P.
32-5-20.0
0.65
1.10
Adjustments to the above schedules may be made by the Authorized Officer at his option as hauling conditions improve.
The Purchaser, at his option and expense, may elect to substitute watering or other dust palliatives in lieu of the above
hauling requirements provided that written approval is received from the Authorized Officer. Such authorization shall
include the approval of product specifications for the application and the product to be used.
3408 -
Dust palliatives shall be applied by distribution equipment designed, equipped, maintained and operated, in a manner that
the material is uniformly applied on variable widths of surface at readily determined and controlled rates. All equipment
shall be of a standard commercial type that will provide satisfactory performance.
3409 -
The Purchaser shall notify the Authorized Officer a minimum of three 3 days in advance of application of required dust
palliative.
3410 -
The Purchaser shall prepare and submit to the Authorized Officer for his review and approval, an application schedule for
all dust palliative work required under this Section. All such work shall be in accordance with the approved plan.
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Summary of All Roads and Projects
T.S. Update 10/1/08
T.S. Contract Name: Fortune Branch Sale Date: 05
Prepared by: DL Ph:
Print Date: 4/6/2010 10:11:36 AM
Construction: 0.00 sta (Surfaced 0.00 sta
Natural 0.00 sta)
Improve: 0.00 sta
Renov: 15.84 sta
Decom: 0.00 sta
Temp: 0.00 sta
200 Clearing and Grubbing: 0.0 acres ...................................
Clearing: 0.0 sta
Grubbing: 0.0 acres
Slash Treatment: 0.0 acres
$0.00
300 Excavation: ........................................................
Haul: 0 sta-yds
$0.00
400 Drainage: ..........................................................
Culvert: 0 lf
wt = 0 lbs
DownSpout: 0 lf
PolyPipe: 0 lf
$0.00
500 Renovation: ........................................................
Blading 0.30 mi
Slide Removal 5 cy
$466.95
Surfacing: ..............................................................
$0.00
1300 Geotextiles: .......................................................
$0.00
1400 Slope Protection: ..................................................
$0.00
1800 Soil Stabilization: 0.3 acres ......................................
Includes Small Quantity Factor of 1.58
$144.99
1900 Cattleguards: ......................................................
$0.00
2100 RoadSide Brushing: 0.0 acres .......................................
$790.74
2200 Surface Treatment: 0.0 tons ........................................
$0.00
2300 Engineering: 0.00 sta. .............................................
$0.00
2400 Minor Concrete: ....................................................
$0.00
2500 Gabions: ...........................................................
$0.00
8000 Miscellaneous: .....................................................
$0.00
Mobilization: Const. $684.00
Surf. $0.00................................
$684.00
Quarry Development: .....................................................
$0.00
Total: 214 mbf @ $9.75/mbf =
$2,086.67
Notes:
Quantities shown are estimates only and not pay items.
Surfacing Quantities are COMPACTED in place cubic yards.
File T:\Glendale\ENGINEERING\Timber Sales\Fortune Branch\fortune branch reno_cost.mdb
ROAD CONSTRUCTION SUMMARY
T.S. Contract Name: Fortune Branch Sale Date: 05
Road Number: 32-5-17.1 Road Name: Buckhorn Bottom
Road Renovation: 0.30 mi
14 ft Subgrade 3 ft ditch
T.S. Update 10/1/08
200 Clearing and Grubbing: 0.0 acres ....................................
Clearing:0.0 sta
Grubbing:0.0 acres
Slash Treatment:0.0 acres
$0.00
300 Excavation: .........................................................
$0.00
400 Drainage: ...........................................................
Culvert: 0 lf
wt = 0 lbs
factor = 1.2
DownSpout: 0 lf
PolyPipe: 0 lf
$0.00
500 Renovation: .........................................................
Blading 0.30 mi
Slide Removal 5 cy
$466.95
Surfacing: ..............................................................
$0.00
1300 Geotextiles: .......................................................
$0.00
1400 Slope Protection: ..................................................
$0.00
1800 Soil Stabilization: 0.3 acres ......................................
Includes Small Quantity Factor of 1.58
$144.99
1900 Cattleguards: ......................................................
$0.00
2100 RoadSide Brushing: 0.0 acres .......................................
$790.74
2200 Surface Treatment: 0.0 tons ........................................
$0.00
2300 Engineering: 0.00 sta. .............................................
$0.00
2400 Minor Concrete: ....................................................
$0.00
2500 Gabions: ...........................................................
$0.00
8000 Miscellaneous: .....................................................
$0.00
Mobilization: Const. $684.00
Surf. $0.00................................
$684.00
Quarry Development: .....................................................
$0.00
Total:
Notes:
Quantities shown are estimates only and not pay items.
Surfacing Quantities shown are COMPACTED in place cubic yards.
$2,086.67
Road Construction Worksheet
Road Number: 32-5-17.1
Road Name: Buckhorn Bottom
Section 200 Clearing and Grubbing:
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$466.95
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$144.99
Subtotal:
$0.00
Subtotal:
$790.74
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$684.00
Subtotal:
$0.00
Section 300 Excavation:
Section 400 Drainage:
Section 500 Renovation:
Slide Removal 5 cy
Grader: $108.91/hr x 2.00 hr = $217.82
Blading: $422.06/mi x 0.30 mi = $126.62
Pull Ditches: $140.69/mi x 0.30 mi = $42.21
Clean Culverts: $267.68/mi x 0.30 mi = $80.30
Surfacing:
Section 1300 Geotextiles:
Section 1400 Slope Protection:
Section 1800 Soil Stabilization:
Dry Method with Mulch: $483.29/acre x 0.30 acres = $144.99
Includes Small Quantity Factor of 1.58
Section 1900 Cattleguards:
Section 2100 Roadside Brushing:
Brushing width Left: 4ft.
Right: 4ft.
Brushing and chipping
Brush Chipper(to 16in log) 3 hr x $63.17/hr = $189.51
Brush Mower (8ft) 3 hr x $50.26/hr = $150.78
General Laborer 15 hr x $30.03/hr = $450.45
Section 2200 Surface Treatment:
Section 2300 Engineering:
Section 2400 Minor Concrete:
Section 2500 Gabions:
Section 8000 Miscellaneous:
Mobilization:
Road Number: 32-5-17.1
Buckhorn Bottom Continued
Construction - 100.00% of total Costs = $684.00
surfacing = 0%
$0.00
Quarry Development:
Total:
$2,086.67
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Mobilization Costs - Construction and Surfacing
T.S. Contract Name: Fortune Branch
Sale Date: 05
Average Mobilization distance = 35
miles
Factor = 0.75
Mobilization: Construction
Graders-all:
1 ea x (0.75 x $304.00/ea + 0 mi x $10.89/mi)= $228.00
Brush Cutter:
1 ea x (0.75 x $304.00/ea) = $228.00
RTBackhoes 24/30: 1 ea x (0.75 x $304.00/ea + 0 mi x $5.02/mi)= $228.00
Subtotal:
$684.00
Subtotal:
$0.00
Mobilization: Surfacing
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Summary of Construction Quantities
T.S. Contract Name: Fortune Branch
Road Number
32-5-17.1
Const
Improv
________
________
Sale Date: 05
Decomm
Temp
________
________
Totals:
Clearing
stations
________
0.00
Grubbing
acres
________
0.0
Slash
acres
________
0.0
Totals:
Excav
C.Y.s
________
0
Haul
sta-yds
________
0
Totals:
No Quantities
Totals:
Miles
0.30
________
0.30
Slide cy
5
________
5
Totals:
________
0
________
0
Totals:
No Quantities
Totals:
________
0
Total Sta:
200 Clearing and Grubbing
300 Excavation
Renov
15.84
________
15.84
400 Drainage
500 Renovation
32-5-17.1
Surfacing (Cubic Yards)
________
0
________
0
1300 Geotextiles
1400 Slope Protection
1800 Soil stabilization - acres
32-5-17.1
Dry W/O Dry/with
Hydro
Mulch
Mulch
Mulch
0.0
0.3
________ ________ ________
Totals:
0.0
0.3
0.0
Small Quantity Factor of 1.58 used
1900 Cattleguards
Totals:
2100 RoadSide Brushing
No Quantities
acres
________
0.0
Totals:
Brushing and chipping
32-5-17.1
Brush Chipper(to 16in log) . . . . . . . . . . . . . . . . . 3 hr
32-5-17.1
Brush Mower (8ft) . . . . . . . . . . . . . . . . . . . . . 3 hr
32-5-17.1
General Laborer . . . . . . . . . . . . . . . . . . . . . . 15 hr
2200 Surface Treatment
tons
L.F.
Totals:
No Quantities
Totals:
stations
________
0.00
Totals:
No Quantities
Totals:
No Quantities
Totals:
No Quantities
2300 Engineering
2400 Minor Concrete
2500 Gabions
8000 Miscellaneous
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Summary of All Roads and Projects
T.S. Update 10/1/08
T.S. Contract Name: Fortune Branch Sale Date: 05
Prepared by: DL Ph:
Print Date: 4/6/2010 10:11:36 AM
Construction: 0.00 sta (Surfaced 0.00 sta
Natural 0.00 sta)
Improve: 0.00 sta
Renov: 15.84 sta
Decom: 0.00 sta
Temp: 0.00 sta
200 Clearing and Grubbing: 0.0 acres ...................................
Clearing: 0.0 sta
Grubbing: 0.0 acres
Slash Treatment: 0.0 acres
$0.00
300 Excavation: ........................................................
Haul: 0 sta-yds
$0.00
400 Drainage: ..........................................................
Culvert: 0 lf
wt = 0 lbs
DownSpout: 0 lf
PolyPipe: 0 lf
$0.00
500 Renovation: ........................................................
Blading 0.30 mi
Slide Removal 5 cy
$466.95
Surfacing: ..............................................................
$0.00
1300 Geotextiles: .......................................................
$0.00
1400 Slope Protection: ..................................................
$0.00
1800 Soil Stabilization: 0.3 acres ......................................
Includes Small Quantity Factor of 1.58
$144.99
1900 Cattleguards: ......................................................
$0.00
2100 RoadSide Brushing: 0.0 acres .......................................
$790.74
2200 Surface Treatment: 0.0 tons ........................................
$0.00
2300 Engineering: 0.00 sta. .............................................
$0.00
2400 Minor Concrete: ....................................................
$0.00
2500 Gabions: ...........................................................
$0.00
8000 Miscellaneous: .....................................................
$0.00
Mobilization: Const. $684.00
Surf. $0.00................................
$684.00
Quarry Development: .....................................................
$0.00
Total: 214 mbf @ $9.75/mbf =
$2,086.67
Notes:
Quantities shown are estimates only and not pay items.
Surfacing Quantities are COMPACTED in place cubic yards.
File T:\Glendale\ENGINEERING\Timber Sales\Fortune Branch\fortune branch reno_cost.mdb
ROAD CONSTRUCTION SUMMARY
T.S. Contract Name: Fortune Branch Sale Date: 05
Road Number: 32-5-17.1 Road Name: Buckhorn Bottom
Road Renovation: 0.30 mi
14 ft Subgrade 3 ft ditch
T.S. Update 10/1/08
200 Clearing and Grubbing: 0.0 acres ....................................
Clearing:0.0 sta
Grubbing:0.0 acres
Slash Treatment:0.0 acres
$0.00
300 Excavation: .........................................................
$0.00
400 Drainage: ...........................................................
Culvert: 0 lf
wt = 0 lbs
factor = 1.2
DownSpout: 0 lf
PolyPipe: 0 lf
$0.00
500 Renovation: .........................................................
Blading 0.30 mi
Slide Removal 5 cy
$466.95
Surfacing: ..............................................................
$0.00
1300 Geotextiles: .......................................................
$0.00
1400 Slope Protection: ..................................................
$0.00
1800 Soil Stabilization: 0.3 acres ......................................
Includes Small Quantity Factor of 1.58
$144.99
1900 Cattleguards: ......................................................
$0.00
2100 RoadSide Brushing: 0.0 acres .......................................
$790.74
2200 Surface Treatment: 0.0 tons ........................................
$0.00
2300 Engineering: 0.00 sta. .............................................
$0.00
2400 Minor Concrete: ....................................................
$0.00
2500 Gabions: ...........................................................
$0.00
8000 Miscellaneous: .....................................................
$0.00
Mobilization: Const. $684.00
Surf. $0.00................................
$684.00
Quarry Development: .....................................................
$0.00
Total:
Notes:
Quantities shown are estimates only and not pay items.
Surfacing Quantities shown are COMPACTED in place cubic yards.
$2,086.67
Road Construction Worksheet
Road Number: 32-5-17.1
Road Name: Buckhorn Bottom
Section 200 Clearing and Grubbing:
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$466.95
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$144.99
Subtotal:
$0.00
Subtotal:
$790.74
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$0.00
Subtotal:
$684.00
Subtotal:
$0.00
Section 300 Excavation:
Section 400 Drainage:
Section 500 Renovation:
Slide Removal 5 cy
Grader: $108.91/hr x 2.00 hr = $217.82
Blading: $422.06/mi x 0.30 mi = $126.62
Pull Ditches: $140.69/mi x 0.30 mi = $42.21
Clean Culverts: $267.68/mi x 0.30 mi = $80.30
Surfacing:
Section 1300 Geotextiles:
Section 1400 Slope Protection:
Section 1800 Soil Stabilization:
Dry Method with Mulch: $483.29/acre x 0.30 acres = $144.99
Includes Small Quantity Factor of 1.58
Section 1900 Cattleguards:
Section 2100 Roadside Brushing:
Brushing width Left: 4ft.
Right: 4ft.
Brushing and chipping
Brush Chipper(to 16in log) 3 hr x $63.17/hr = $189.51
Brush Mower (8ft) 3 hr x $50.26/hr = $150.78
General Laborer 15 hr x $30.03/hr = $450.45
Section 2200 Surface Treatment:
Section 2300 Engineering:
Section 2400 Minor Concrete:
Section 2500 Gabions:
Section 8000 Miscellaneous:
Mobilization:
Road Number: 32-5-17.1
Buckhorn Bottom Continued
Construction - 100.00% of total Costs = $684.00
surfacing = 0%
$0.00
Quarry Development:
Total:
$2,086.67
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Mobilization Costs - Construction and Surfacing
T.S. Contract Name: Fortune Branch
Sale Date: 05
Average Mobilization distance = 35
miles
Factor = 0.75
Mobilization: Construction
Graders-all:
1 ea x (0.75 x $304.00/ea + 0 mi x $10.89/mi)= $228.00
Brush Cutter:
1 ea x (0.75 x $304.00/ea) = $228.00
RTBackhoes 24/30: 1 ea x (0.75 x $304.00/ea + 0 mi x $5.02/mi)= $228.00
Subtotal:
$684.00
Subtotal:
$0.00
Mobilization: Surfacing
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Summary of Construction Quantities
T.S. Contract Name: Fortune Branch
Road Number
32-5-17.1
Const
Improv
________
________
Sale Date: 05
Decomm
Temp
________
________
Totals:
Clearing
stations
________
0.00
Grubbing
acres
________
0.0
Slash
acres
________
0.0
Totals:
Excav
C.Y.s
________
0
Haul
sta-yds
________
0
Totals:
No Quantities
Totals:
Miles
0.30
________
0.30
Slide cy
5
________
5
Totals:
________
0
________
0
Totals:
No Quantities
Totals:
________
0
Total Sta:
200 Clearing and Grubbing
300 Excavation
Renov
15.84
________
15.84
400 Drainage
500 Renovation
32-5-17.1
Surfacing (Cubic Yards)
________
0
________
0
1300 Geotextiles
1400 Slope Protection
1800 Soil stabilization - acres
32-5-17.1
Dry W/O Dry/with
Hydro
Mulch
Mulch
Mulch
0.0
0.3
________ ________ ________
Totals:
0.0
0.3
0.0
Small Quantity Factor of 1.58 used
1900 Cattleguards
Totals:
2100 RoadSide Brushing
No Quantities
acres
________
0.0
Totals:
Brushing and chipping
32-5-17.1
Brush Chipper(to 16in log) . . . . . . . . . . . . . . . . . 3 hr
32-5-17.1
Brush Mower (8ft) . . . . . . . . . . . . . . . . . . . . . 3 hr
32-5-17.1
General Laborer . . . . . . . . . . . . . . . . . . . . . . 15 hr
2200 Surface Treatment
tons
L.F.
Totals:
No Quantities
Totals:
stations
________
0.00
Totals:
No Quantities
Totals:
No Quantities
Totals:
No Quantities
2300 Engineering
2400 Minor Concrete
2500 Gabions
8000 Miscellaneous
Tract No :
Sale Name:
Prep. By :
Sale Date:
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
10-16
Fortune Branch
DL
6/24/2010
ROAD MAINTENANCE AND ROAD USE APPRAISAL WORK SHEET
Summary of Costs
1. Road Use - Amortization: (1)
$0.00/214 MBF = $0.00/MBF 1/
(RC-3 & RC-3a)
(Tot Sale Vol)
____________________________________________________________________________________
2. Road Maintenance Obligation:
$171.84
+
$0.00
(2.1)
+
(3.1)
$0.00
+
$0.00
(4.1)
=
(5.1)
$171.84
(RC-2c)
3. Rockwear Obligation:
$0.00
+
$0.00
(4.2)
+
(5.2)
$29.53
+
$0.00
(7.1)
=
(7.2)
$29.53
(RC-2g)
4. Other Maintenance Payments:
Total (6)
=
$0.00
(RC-3a)
5. Purchaser Maintenance Allowances:
(7.3A)
(7.3B)
(7.3C)
(7.3D)
(7.3E)
(7.3F)
(7.3G)
(7.3H)
Move In . . . . . . . . . . . . . .
Culverts, Catch Basins, Downspouts .
Grading, Ditching . . . . . . . . .
Slide Removal and Slump Repair . . .
Dust Palliative (Water) . . . . . .
Surface Repair (Aggregate) . . . . .
Dust Palliative (Bituminous, Lignin,
Other . . . . . . . . . . . . . . .
. . .
. . .
. . .
. . .
. . .
. . .
MgCl)
. . .
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
Total (7.3)
$562.80
$87.74
$367.68
$0.00
$0.00
$0.00
$0.00
$0.00
=
$1018.22
(RC-2a & Ex D)
(2+3+4+5)
Total
=
$1,219.59/214 MBF
=
$5.70/MBF 1/
(Total Sale Vol)
Costs are estimates only and do not include Profit and Risk.
1/ Enter on Timber Sale Summary Form OSO 5420-1.
OR110-9113-1
File T:\Glendale\ENGINEERING\Timber Sales\Fortune Branch\Fortune Branch mtc cost.mdc
1.
Road Use Fees - Amortization
R/W
Number
Rd Use Vol
Road Use
Fee x MBF = Obligation
Road Number
(1) Subtotal
2.
BLM Maintenance - Timber Haul 1/ 2/ 3/ 4/ 5/
Road Number
and Segment
32-5-20 A
32-5-20 B
A
N
A
A
Surf
Type
BST1
ASC
(2.1) Subtotal
Maint
Mi x Fee x
0.65
0.46
0.45
1.12
Vol
MBF
214
214
Total
Maint
$63.99
$107.86
=
$171.84
1/ Enter list of roads in Sec. 41(RC-2).
2/ Rockwear is included in fee as a maintenance cost for BLM maintained roads.
3/ Include lump sum logging damage repair (see Ex. D, Subsection 3108a Option F & 3401a).
3.
BLM Maintenance - Rock Haul 1/ 2/ 3/
Road Number
and Segment
A Surf
N Type
Mi x
Maint
Fee x
Vol
C.Y.
=
Total
Maint
(3.1) Subtotal
1/ Enter list of roads in Section 41(RC-2).
2/ Rockwear is included in fee as a maintenance cost for BLM maintained roads.
3/ Include lump sum logging damage repair (See Ex. D, Subsection 3108a Option F & 3401a).
4.
Third Party Maintenance and Rockwear - Timber Haul 1/
Road Number
and Segment
A
N
MAINTENANCE (4.1)
Maint Vol
Mi x Fee x MBF =
(4.1) Subtotal
ROCKWEAR (4.2) 2/ 3/
Rkwear Vol
Total
Mi x Fee x MBF = Rkwear
Total
Maint
(4.2) Subtotal
1/ Enter list of roads in Sec. 41(RC-2).
2/ Rockwear is included in fee as a maintenance cost for BLM maintained roads.
3/ Include lump sum logging damage repair (see Ex. D, Subsection 3108a Option F & 3401a).
5.
Third Party Maintenance and Rockwear - Rock Haul 1/
Road Number
and Segment
A
N
MAINTENANCE (5.1)
Maint
Vol
Mi x Fee x C.Y. =
(5.1) Subtotal
Total
Maint
Mi
ROCKWEAR (5.2) 2/ 3/
Rkwear Vol
Total
x Fee x C.Y. = Rkwear
(5.2) Subtotal
1/ Enter list of roads in Sec. 41(RC-2).
2/ Rockwear is included in fee as a maintenance cost for BLM maintained roads.
3/ Include lump sum logging damage repair (see Ex. D, Subsection 3108a Option F & 3401a).
6.
Other Maintenance Payments - USFS or Others Perform Maintenance
Agreement
Number
Road Number
(6) Subtotal
Fee
Fee
Vol
Maint
MBF/Mi x Mi = /MBF x Hauled = Cost
7.
Purchaser Maintenance - Rock Wear
TIMBER HAUL (7.1)
Road No 1/
and Segment
32-5-17.1
A
N
A
ROCK HAUL (7.2) 2/ 3/
RkWear Vol
Total
Mi x Fee x MBF = RkWear
0.30 0.46
214
$29.53
(7.1) Subtotal
$29.53
Mi
Rkwear Vol
Total
x Fee x C.Y.= Rkwear
(7.2) Subtotal
$0.00
1/ List all purchaser maintained roads and enter list in Section 41(RC-2a). Don't repeat any
BLM maintained roads listed on appraisal. List may include new const. roads without fees.
2/ All surfaced roads have a rockwear fee, except no rockwear fee is charged for rock haul
on roads surfaced or resurfaced under this timber sale.
3/ Include lump sum logging damage repair (See Ex. D, Subsection 3108a Option F & 3401a).
7.
Purchaser Operational Maintenance
Cost allowances must be limited to work required under timber sale Exhibit D.
If purchaser maint. such as dust control/damage repair is performed on BLM maint. roads,
add appropriate mandatory Ex. D provisions, RC-2a and RC-2h stips. Note in prospectus.
7.3A Move In
No
Move
Cost/
Dist
SubEquipment 1/
Units x in x 50 Mi x Factor = total
Motor Grader:
1
1
$335.00
0.84
$281.40
Back Hoe:
1
1
$335.00
0.84
$281.40
Loader:
$335.00
0.59
$0.00
Water Truck:
$206.00
0.59
$0.00
Dump Truck 2/:
$214.00
0.59
$0.00
(7.3A) Total
$562.80
1/ Equipment limited to that allowed in Exhibit D. Refer to Sch. 20 Table 2.
2/ Dump truck is allowable for surface repair only.
7.3B Culvert Maintenance - Including Catchbasins and Downpipes 1/
Miles
.3
x
Cost/Mi
292.45
(7.3B) Total
=
Subtotal
$87.74
$87.74
1/ Does not include purchase or installation of culvert pipe.
Refer to Sch. 20 Table 32.
7.3C Grading (Includes Ditches and Shoulders) 1/
Blade Road:
Blade Ditch:
Miles
0.30
0.30
(7.3C) Total
x
Cost/Mi
459.60
153.20
x Freq = Subtotal
2
$275.76
2
$91.92
$367.68
1/ Watch for double allowance on roadway preparation for dust palliative application.
7.3D Slide and Slough removal, Slump Repair (15 sta-yds. ea.) 1/
Type
Equipment
Grader:
Loader:
Backhoe:
No Slides Hours
Equip
/Slumps x Each x
Cost
0
0
119.90
0
0
84.43
0
0
62.55
(7.3D) Total
= Subtotal
$0.00
$0.00
$0.00
$0.00
1/ Maximum haul is 15 sta. yds. Use grader or front end loader only.
not allowed in specifications. Refer to Sch. 20 Table 28.
Dump truck
7.3E Dust Palliative (Water) 1/
Spreading Hours
Miles
0.00
/
MPH
0
=
Hours
No
Days
0
x
Load & Haul-Roundtrip =
0.0
Fixed Hours (3000 Gal. tanker)
x
Freq
/Day
0
0
0
=
Truck
Hours
0.0
0.0
Total Hours = 0.0
Truck Cost: $82.33/Hr. x 0.0 Hours = $0.00
(7.3E) Total
$0.00
1/ Allow water for all BLM maint. non-oiled roads.
Subsection 3403 requires 0.50 gal/syd.
7.3F Surface Repair (Aggregate)
Production Cost: 1/
Haul to Stockpile:
Stockpile:
Load from Stockpile:
Haul from Stockpile:
Process with Grader:
(7.3F) Total
0
0
0
0
0
0
C.Y.
C.Y.
C.Y.
C.Y.
C.Y.
C.Y.
x
x
x
x
x
x
$0.00/C.Y.
$2.18/C.Y. x
$1.18/C.Y.
$1.30/C.Y.
$2.18/C.Y. x
$1.00/C.Y.
0.00 Mi
0.00 Mi
=
=
=
=
=
=
$0.00
1/ Use unit cost from Road Construction Cost Guide.
7.3G Dust Palliative (Bituminous, Lignin, Magnesium Chloride)
(7.3G) Total
7.3H Other
Fallen Timber Cutting: 1/
Brush Cutting/Tree Trimming: 2/
Oil/Asphalt Materials: 3/
Signing for Dust Palliatives: 4/
Misc. L.S. = $0.00
(7.3H) Total
1/
2/
3/
4/
Exhibit
Exhibit
Exhibit
Exhibit
D
D
D
D
$0.00
Subsection
Subsection
Subsection
Subsection
3104.
3107.
3401a.
3405b.
0.0 Hours x $0.00/Hour = $0.00
0.0 Hours x $0.00/Hour = $0.00
Lump Sum = $0.00
Lump Sum = $0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
U.S.D.I. BLM MEDFORD DISTRICT SALE NO. 110-TS10-16
T.32 S., R5 W., SEC. 17 WILL. MER.
FORTUNE BRANCH TIMBER SALE
DOUGLAS COUNTY
O&C
1
8 . 2800
5-
07
32
#
#
09
3000
3 2-
#
08 PVT
20
-5-
R.
5
W.
T. 32 S.
TIMBER SALE CONTRACT MAP
CONTRACT NO. OR 110-TS10-16
EXHIBIT S
PAGE 1 OF 3
- 5 -8
260
0
32
O&C
2000
2800
17
#
00
24
32 5 -1
Unit 1
<1 Acre
LS-MP-C-BMP
Unit 1
4 Acres
LS-MP-C-BMP
19
1 inch = 833 feet
650
#
20 PVT
2000
#
16
00
Progeny Site
11 Acres
LS-MP-C-BMP
#
µ
PVT
o
oo o 32 -5
o
-1
7.1 o
o
O&C
0
16
#
Unit 1
8 Acres
LS-MP-C-BMP
Unit 1
4 Acres
LS-MP-C-BMP
2200
Unit 1
1 Acre
LS-MP-C-BMP
O&C
00
20
18
00
18
7
2600
40' CONTOUR INTERVAL
1,300
2,600
Feet
No warranty is made by the Bureau of Land Management as to the
accuracy, reliability, or completeness of these data for individual or
aggregate use with other data. Original data were compiled from
various sources. This information may not meet National Map
Accuracy Standards. This product was developed through digital
means and may be updated without notification.
United States Department of the Interior
Bureau of Land Management
Medford District Office
3040 Biddle Road
Medford, OR 97504
(541) 618-2200
21
U.S.D.I. BLM MEDFORD DISTRICT SALE NO. 110-TS10-16
T.32 S., R5 W., SEC.17 WILL. MER.
FORTUNE BRANCH TIMBER SALE
DOUGLAS COUNTY
Contract _Area
Legend
Fortune Branch T.S. Units
TIMBER SALE CONTRACT MAP
CONTRACT NO. OR 110-TS10-16
EXHIBIT S
PAGE 2 OF 3
Existing Road
SurfaceType
Natural Surface
Reserve_Area
Rocked
Paved
SECTIONS
Intermediate 40-ft contour
Index 200-ft contour
Ownership
Federal
Streams
#
o
Brass Caps
Roadside Trees
Non-Federal
O&C
PVT
BLM O&C
Private Ownership
FORTUNE BRANCH
SITE PREPARATION SUMMARY
LS
LOP AND SCATTER
(UNITS: ALL CONTRACT UNITS)
MP-C-BMP
MECHANICAL PILE, COVER, BURN MECHANICAL PILES
4 ACRES
(UNITS: ALL LANDING PILES, APPROXIMATELY 4 ACRES)
29 ACRES
TOTAL TREATMENT AREA
33 ACRES
TOTAL TIMBER SALE UNIT AREA
29 ACRES
RESERVE AREA
131 ACRES
TOTAL CONTRACT AREA
160 ACRES
U.S.D.I. BLM MEDFORD DISTRICT SALE NO. 110-TS10-16
T.32 S., R.5 W., SEC. 17 WILL. MER.
FORTUNE BRANCH TIMBER SALE
DOUGLAS COUNTY
TIMBER SALE CONTRACT MAP
CONTRACT NO. OR 110-TS10-16
EXHIBIT S
PAGE 3 OF 3
LEGEND
UNIT
GPS
Acres
HARVEST LOGGING
SITE PREP.
TYPE
SYSTEM
LEVEL
1
18
CT
T
LS-M-C-BMP
L1
PROGENEY
11
CDM
T
LS-M-C-BMP
L1
RSM
CC
T
MP-C-BMP
L1
TOTAL
29
* ALL ACRES COMPUTED BY GPS TRAVERSE
* BOUNDARIES OF HARVEST UNITS ARE POSTED AND PAINTED IN ORANGE
SITE PREPERATION COSTS/ACRE
TREATMENT TYPE
LS-LEVEL 1
MP-C-BMP
DESCRIPTION
0-12 TONS
ALL LANDINGS
COST/ACRE
$30.00
$40.00
RSM = ROADSIDE
CDM = COMMERCIAL DENSITY MANAGEMENT
CT = COMMERCIAL THIN
CC = CLEARCUT
T = TRACTOR
LS= LOP AND SCATTER
L1= LEVEL 1
MP-C-BMP= MECHANICAL PILE, COVER, BURN MECHANICAL PILES
TOTAL TIMBER SALE UNIT AREA: 29 ACRES
RESERVE AREA: 131 ACRES
TOTAL CONTRACT AREA: 160 ACRES
Form 1140-4
(June 1974)
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
NOTICE OF REQUIREMENT FOR CERTIFICATION
OF NONSEGREGATED FACILITIES
Bidders and offerors are cautioned as follows: by signing this
bid or offer or entering into this contract or lease, as the case
may be, the bidder, offeror, or contractor will be deemed to
have signed and agreed to the provisions of the Certification of Nonsegregated Facilities in this solicitation. The certification
provides that the bidder or offeror does not maintain or provide
for his employees facilities which are segregated on a basis of
race, color, religion, sex, or national origin, whether such facilities are segregated by directive or on a de facto basis. The
certification
also
provides that he will not maintain such
segregated facilities. Failure of a bidder or offeror to agree
to the Certification of Nonsegregated Facilities will render his
bid or offer nonresponsive to the terms of solicitations involving
awards of contract exceeding $10,000 which are not exempt from
the provisions of the Equal Opportunity clause.
In accordance with 41 CFR 60, as amended May 19, 1967, and
Executive Order No. 11246 of September 24, 1965, as amended,
this notification will be included in all notices of invitations for
bid, lease, offers, and requests for proposal where prospective
nonexempt contracts may exceed $10,000.
GPO 858 - 825
INSTRUCTIONS TO BIDDERS
1. AUTHORITY – Timber located on the revested Oregon and California Railroad Grant Lands and on the reconveyed Coos Bay Wagon Road Grant Lands is
administered and sold pursuant to authority of the Act of August 28, 1937 (50 Stat.
874; 43 U.S.C. 1181a); timber located on other lands and other vegetative resources on all public lands of the United States under jurisdiction of the Bureau of
Land Management are administered and sold pursuant to authority of the Act of
July 31, 1947 (61 Stat. 681), as amended, by the Act of July 23, 1955 (69 Stat. 367;
30 U.S.C. 601 et. seq.). Regulations of the Secretary of the Interior governing sale
of timber are codified in 43 CFR Group 5400.
2. QUALIFICATIONS OF BIDDERS – A bidder for sale of timber/vegetative
resources must be either (a) a citizen of the United States, (b) a partnership composed wholly of such citizens, (c) an unincorporated association composed wholly
of such citizens, or (d) a corporation authorized to transact business in the State in
which the timber/vegetative resource is located.
3. INSPECTION OF TIMBER/VEGETATIVE RESOURCES – Bidder is invited, urged, and cautioned to inspect the timber/vegetative resource prior to submitting a bid. By executing the timber/vegetative resource sale contract, bidder
warrants that the contract is accepted on the basis of his examination and inspection
of the timber/vegetative resource and his opinion of its value.
4. DISCLAIMER OF WARRANTY – Government expressly disclaims any warranty of the fitness of the designated timber/vegetative resource for any purpose of
the bidder; all timber/vegetative resources are to be sold “As Is” without any warranty of merchantability by Government. Any warranty as to the quantity or quality
of timber/vegetative resource to be sold is expressly disclaimed by Government.
5. BIDS – Sealed or written bids for not less than the advertised appraised price,
per timber/vegetative resource must be submitted in duplicate to the District Manager who issued Timber/Vegetative Resource Sale Notice.
(a) Sealed Bid Sales – Bids will be received until time for opening which is set
out in the Notice. Enclose both copies of bid with required bid deposit in a sealed
envelope marked on the outside Bid for Timber/Vegetative Resource, time bid is to
be opened, tract number, and legal description of land on which timber/vegetative
resource is located. In event of a tie, the high bidder shall be determined by lot
from among those who submitted the tie bids.
(b) Auction Sales – Submission of the required bid deposit and a written bid is
required to qualify for oral bidding. Oral bidding shall begin from the highest
written bid. No oral bid will be considered which is not higher than the preceding
bid. In the event there is a tie in high written bids, and no oral bidding occurs, the
bidder who was the first to submit his bid deposit and written bid shall be declared
the high bidder. If the officer conducting the sale cannot determine who made the
first submission of high tie written bids, the high bidder shall be determined by lot.
High bidder must confirm his bid, in writing, immediately upon being declared
high bidder.
(c) Except as otherwise provided in 43 CFR 5442.2, bids will not be considered
in resale of timber/vegetative resource remaining from an uncompleted contract
from any person or affiliate of such person who failed to complete the original contract because of (1) cancellation for the purchaser’s breach or (2) through failure to
complete payment by expiration date.
(d) When it is in the interest of the Government to do so, it may reject any and all
bids and may waive minor deficiencies in bids or in sale advertisement.
6. BID FORMS – All sealed, written bids, and confirmation of oral bids shall be
submitted on forms provided by Government.
(a) Lump Sum Sales – Bids shall specify (1) Bureau of Land Management estimated volume, (2) price per unit, and (3) total purchase price. Estimated volume
and price per unit are to be used for administrative and appraisal purposes only.
Upon award of contract, high bidder shall be liable for total purchase price, including any adjustment which may be made as a result of reappraisal if an extension of
time is granted, even though quantity of timber/vegetative resource actually cut,
removed, or designated for taking is more or less than the estimated volume or
quantity listed.
(b) Timber Scale Sales – Bids must state price per thousand board feet that will
be paid for each species. High bidder will be determined by multiplying bid price
per thousand board feet per species by Bureau of Land Management estimate of
volume of each species. Purchaser shall be liable for purchase price of all merchantable timber sold under contract even though all such timber is not actually cut
*Applies to Timber Only
and removed prior to expiration of time for cutting and removal as specified in
contract.*
7. BID DEPOSIT – All bidders must make a deposit of not less than the amount
specified in the Timber/Vegetative Resource Notice. Deposit may be in the form of
cash, money orders, bank drafts, cashiers or certified checks made payable to the
Department of the Interior – BLM, bid bonds of a corporate surety shown on the
approved list of the United States Treasury Department*, or any approved guaranteed remittance approved by the Authorized Officer. Upon conclusion of bidding,
the bid deposit of all bidders, except high bidder, will be returned. The cash deposit of the successful bidder may be applied toward the required sale deposit and/or
the purchase price. Cash not applied to the sale deposit or the purchase price, or a
corporate surety bid bond, will be returned at the time the contract is signed by the
Government.
8. AWARD OF CONTRACT – Government may require high bidder to furnish
such information as is necessary to determine the ability of bidder to perform the
obligation of contract. Contract will be awarded to high bidder, unless he is not
qualified or responsible or unless all bids are rejected. If high bidder is not qualified or responsible or fails to sign and return the contract together with required
performance bond and any required payment, contract may be offered and awarded
to the highest bidders qualified, responsible, and willing to accept the contract.
9. TIMBER/VEGETATIVE RESOURCE SALE CONTRACT – To be executed
by purchaser, has been prepared by Government, and may be examined in the District Manager’s office.
10. PERFORMANCE BOND (a) A performance bond in an amount of not less than 20 percent of total purchase
price is required, but the amount of the bond shall not be in excess of $500,000, except when the purchaser opts to increase the minimum bond to permit cutting prior
to payment as provided in 43 CFR 5451.2, or in the event the purchaser is a holder
of an unresolved default the bond may be increased as provided in 43 CFR
5450.1(b). Performance bond may be (1) bond of a corporate surety shown on approval list issued by the United States Treasury Department and executed on an approved standard form, (2) personal surety bond executed on an approved standard
form if Government determines principals and bondsman are capable of carrying
out the terms of the contract, (3) cash bonds, (4) negotiable securities of the United
States, or (5) any guaranteed remittance approved by the Authorized Officer.
(b) If purchaser elects to cut timber without skidding or yarding it to a loading
point or removing it prior to the payment of the second or subsequent installments,
Government shall require an increase in amount of performance bond initially required by an amount equal to the value of timber to be cut. Such increase must be
on a bond rider form supplied by Government and be approved, in writing, by Government prior to cutting timber covered by the bond increase. This increased
amount of bond shall be used to assure payment for timber cut in advance of
payment.*
11. PAYMENT BOND – If purchaser elects to (a) cut and remove timber, or (b)
remove timber already cut which has been secured by an increased performance
bond as provided in paragraph 10(b) above, before payment of the second or subsequent installments, Government shall require a payment bond on a form supplied
by Government. Purchaser shall obtain written approval from Government of payment bond prior to cutting and/or removal of timber covered by the bond. Payment
bond shall be used to assure payment for timber cut and/or removed in advance of
payment.*
12. PAYMENT OF PURCHASE PRICE – For sales of $500 or more, Government may allow payment by installments. Except as discussed in paragraphs 10
and 11 above, no part of any timber/vegetative resource sold may be severed, cut,
or removed unless advance payment has been made as provided in contract.
13. LIQUIDATED DAMAGES – Within thirty (30) days from receipt of Timber/
Vegetative Resource Sale Contract, the successful bidder shall sign contract and return it to Government, together with required bond and any required payment. If
successful bidder fails to comply within the stipulated time, his bid deposit shall be
retained by Government as liquidated damages.
14. NINETY-DAY SALES – If no bid is received within time specified in the advertisement of sale and if Government determines that there has been no significant
rise in the market value of timber/vegetative resource, it may, in its discretion, keep
the sale open, not to exceed ninety (90) days.
15. UNAUTHORIZED USE OF GOVERNMENT PROPERTY – A sale may
be refused to high bidder who has been notified that he has failed to make satisfactory arrangements for payment of damages resulting from unauthorized use of, or
injury to, property of the United States.
16. EQUAL OPPORTUNITY CLAUSE – This contract is subject to the provisions of Executive Order No. 11246 of September 24, 1965, as amended, which
sets forth the nondiscrimination clauses. Copies of this order may be obtained
from the District Manager. 43 CFR 60-1.7(b) requires that the Equal Opportunity
Compliance Report Certification will be completed by prospective contractors.
Certification may be obtained from District Manager.
17. LOG EXPORT – All timber offered for sale except as noted in the Timber
Sale Notice is restricted from export from the United States in the form of unprocessed timber and cannot be used as a substitute for exported private timber. For
the purpose of this contract, unprocessed timber is defined as: (1) any logs except
those of utility grade or below, such as sawlogs, peeler logs, and pulp logs; (2)
cants or squares to be subsequently remanufactured exceeding eight and three quarters (8-3/4) inches in thickness; (3) split or round bolts or other roundwood not processed to standards and specifications suitable for end product use; or (4) western
red cedar lumber which does not meet lumber of American Lumber Standards
Grades of Number 3 dimension or better, or Pacific Lumber Inspection Bureau RList Grades of Number 3 common or better. Timber manufactured into the
following will be considered processed: (1) lumber and construction timbers,
regardless of size, manufactured to standards and specifications suitable for end
product uses; (2) chips, pulp and pulp products; (3) green or dry veneer and plywood; (4) poles and piling cut or treated for use as such; (5) cants, squares, and
lumber cut for remanufacture of eight and three quarters (8-3/4) inches in thickness or less; or (6) shakes and shingles. In event purchaser wishes to sell any or all
of timber restricted from export in the form of unprocessed timber, the buyer,
exchanges, or recipient shall be required to comply with contractual provisions relating to “unprocessed timber”. Special reporting, branding and painting of logs
may be included in contract provisions.*
18. DETAILED INFORMATION – Detailed information concerning contract provisions, bid, performance bond forms, tract location maps, and access conditions
may be obtained from the District Manager. All persons interested in bidding on
the products listed are encouraged to familiarize themselves with all such detailed
information.
*U.S. GOVERNMENT PRINTING OFFICE: 1993-839-310
Form 5440-9
(December 2004)
Name of Bidder
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Tract Number
OR110-TS10-16
X
DEPOSIT AND BID FOR
TIMBER*
VEGETATIVE RESOURCE
Sale Name
(Other Than Timber)
Sale Notice (dated)
Fortune Branch
5/28/2010
BLM District
LUMP SUM SALE
Medford
x
Sealed Bid for Sealed Bid Sale
Written Bid for Oral Auction Sale
In response to the above dated Sale Notice, the required deposit and bid are hereby submitted for the purchase of designated
timber/vegetative resource on the tract specified above.
Required bid deposited is $2,100.00
□
□
cashier’s check
□
certified check
□
and is enclosed in the form of
□
cash
□
money order
□
bank draft
bid bond of corporate surety on approved list of the United States Treasury
guaranteed remittance approved by the authorized officer.
IT IS AGREED That the bid deposit shall be retained by the United States as liquidated damages if the bid is accepted and the
undersigned fails to execute and return the contract, together with any required performance bond and any required payment
within 30 days after the contract is received by the successful bidder. It is understood that no bid for less than the appraised price
on a unit basis per species will be considered. If the bid is rejected the deposit will be returned.
BID SCHEDULE – LUMP SUM SALE
NOTE: Bidders should carefully check computations in completing the Bid Schedule
BID SUBMITTED
PRODUCT SPECIES
UNIT
ESTIMATED
VOLUME
OR QUANTITY
ORAL BID MADE
UNIT PRICE
TOTAL VALUE
UNIT PRICE
TOTAL VALUE
Douglas Fir
MBF
114
X
=
X
=
White Fir
MBF
85
X
=
X
=
Incense-cedar
MBF
11
X
=
X
=
Ponderosa pine
MBF
4
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
X
=
Total
214
TOTAL PURCHASE PRICE
(Continued on reverse)
If sale contract is executed, undersigned is liable for total purchase price even though the quantity cut, removed, or designated
for taking is more or less than the total estimated volume or quantity shown above. Undersigned certifies bid was arrived at
by bidder or offeror independently, and was tendered without collusion with any other bidder or offeror. In submitting or
confirming this bid, undersigned agrees to the foregoing provisions, applicable regulations, and certifies that he is authorized to
act as, or on behalf of, the bidder.
Bid submitted on (date)
(Check appropriate box, sign in ink, and complete the following)
Signature, if firm is individually owned
Name of firm (type or print)
Signatures, if firm is a partnership or L.L.C.
Business address, include zip code (type or print)
(To be completed following oral bidding)
Corporation organized under the state laws of
Signature of Authorized Corporate Signing Officer
I HEREBY confirm the above oral bid
By (signature)
Title
Date
Submit bid, in duplicate, to qualify for either an oral auction or sealed bid sale
together with the required bid deposit made payable to the Department of the
Interior – BLM.
Sealed Bid – Send to District Manager, who issued the sale notice, in a sealed
envelope marked on the outside:
(1) “Bid for Timber”
(2) Vegetative Resource Other Than Timber
(3) Time bids are to be opened
(4) Legal description
Oral Auction – Submit to Sales Supervisor prior to closing of qualifying
period for tract.
NOTICE
The Privacy Act of 1974 and the regulation in 43 CFR 2.48(d) provide that you be furnished the following information in
connection with information required by this application.
AUTHORITY: 38 FR 6280 and 43 CFR 5442.1
PURPOSE: To qualify an oral auction bidder, and then if successful, to bind bidder to certain contract conditions.
ROUTINE USE: To determine that an individual is qualified to participate in oral auction bidding, and, as surety that bidder will
fulfill contract requirements.
EFFECT OF NOT PROVIDING INFORMATION: Filing this deposit and bid information is necessary only when an
individual wishes to participate in a sealed or auction bid sale for timber or vegetative resources.
UNITED STATES
DEPARTMENT OF THE INTERIOR
BUREAU OF LAND MANAGEMENT
Form 5430-1
(May 1965)
(formerly 4 - 1560)
SELF CERTIFICATION CLAUSE
BIDDERS STATEMENT
The bidder represents that he
is
is not
a small business concern as defined by Title 13, Chapter 1,
Part 121 of the Code of Federal Regulations, as amended.
(Date)
(Signature of Bidder)
Title 18 USC, sec. 1001, makes it a crime for any person knowingly and willfully to make to any department or agency of the
United States any false, fictitious or fraudulent statements or representations as to any matter within its jurisdiction.
INSTRUCTIONS
In order to qualify for a set-aside sale, all bidders must
the Self Certification Clause will be immediately returned,
certify to being a small business concern by submitting an
with the deposit, to the unsuccessful bidders but may be reexecuted Self Certification Clause.
submitted to qualify for other set-aside sales offered on the
same date.
The date on the Self Certification Clause and the sale date
must be the same.
The Self Certification Clause submitted by the successful
bidder will be retained by the Bureau of Land ManageA Self Certification Clause must accompany the deposit to
ment.
qualify for each set-aside sale. After a sale award is made,
GPO 850 – 444
GPO 905716